Drone Tenders
Nueva Ecija University Of Science And Technology - NEUST Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date28 Apr 2025
Tender AmountPHP 1.1 Million (USD 21.1 K)
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac), Hereby Invites All Interested Entities Registered With The Philippine Government Electronic Procurement System (philgeps) To Bid For The Hereunder Project, Subject To The General Conditions Stated Herein. Name Of Project: Supply And Delivery Of Audio-visual Equipment And Peripherals For Various Offices (re-bid) Location: Neust, Cabanatuan City Approved Budget For The Contract: Php1,192,540.00 Contract Duration: 60 Calendar Days Source Of Fund: Income Cost Of Bidding Documents: Php5,000.00 Project Description: 1lot Item No. Description Qty Unit 1 Battery High Capacity Battery For Sony Ilce-7c2 Alpha A7c Ii 3 Pc 2 Uhd 4k 26mp Digital Video Camcorder 24x Optical Zoom, Hdr, Equalized, Active-contrast Mode, 1/2.5” Back-illuminated Mos Sensor, 32x 4k & 48x Hd Intelligent Zoom, Aperture: F/1.8–f/4.0 Resolution: 8.57 Mp (total), 8.29 Mp (effective For 4k) Focal Length: 4.12–98.9mm (35mm Equivalent: 25–600mm) Three Stabilizer Systems 1 Unit 3 Camera Tripod 65" Aluminum Camera Tripod Aluminum Alloy Tripod Stand, Light And Compact, Sturdy And Durable. 360 Degree Panoramaic Damping Accurate And Efficient Ball Head, 4 Sections Aluminum Legs With Quick Release Fasteners And Non-slip Rubber Feet. Removable Quick Release Plate For Quick Connection To Camera Or Camcorder. Adjustable Center Column, Satisfying The Desired Height When Shooting Comes With Carry Bag For Easy Portability, Suitable For Off Ice, Home, Leisure Activities And Travel. Spring Hook For Hanging Camera Bags Or Heavy Things To Increase Stability. Standard 1/4 Inch Screw Interface Compatible With Most Digital Cameras Rising Port -70 Degree To 90 Degree Vertical Firing. 2 Pc 4 Card Reader Usb-c To Sd Card Reader 5 Pc 5 Converter Cable Hdmi To Vga Converter Cable With 3.5mm Audio Output And Usb Power Supply 1080p 60hz (abib) 1m, 1.5m, 2m, 3m 5 Pc 6 Digital Camera 20.9mp Dx-format Cmos Sensor Expeed 6 Image Processor Uhd 4k And Full Hd Video Recording 2.36m-dot Oled Electronic Viewfinder 3.2”1.04m-dot 180o Tilting Touchscreen Built-in Wi-fi And Bluetooth 209-point Hybrid Af, Eye Detection Iso 100-51200, Up To 11 Fps Shooting Nikkor Z Dx 16-50mm F/3.5-6.3 Vr Lens Included 1 Unit 7 Digital Camera 18-megapixel Aps-c-size Cmos Sensor & Digic 4+ Image Processor 9-point (cross-type Af Sensitive To F/5.6 With Center Af Point) Standard Iso 100 - 6400 (expandable To 12800) 2.7 In, Lcd Display 230000 Dots 63-zone Ttl Evaluative, Partial, Spot, Centre-weighted Average Wi-fi Supported 1/4000 Sec Max Shutter Speed 1080p Hd Video Recording Compatible Lenses Included 1 Unit 8 Digital Camera Mirrorless Camera Body Only 33mp Full-frame Exmor R Bsi Sensor Bionz Xr Image Processor Shooting Up To 10 Fps, Iso 50-204800 10-bit Full-frame 4k30p Video S-log3, S-gamut3, S-cinetone, User Luts 7 Stops Of In-body Image Stabilization 759-point Phase Detection, 94% Coverage 2.36m-dot Oleo Electronic Viewfinder 3" 1.03m-dot Vari-angle Lcd Touchscreen Internal Mic+ Inputs, Usb Streaming Video: 1 X Micro-hdmi (unspecified Signal) Output; Audio: 1 X 1/8"" / 3.5 Mm Trs Stereo Microphone Input On Camera Body, 1 X 1/8"" / 3.5 Mm Trs Stereo Headphone Output On Camera Body; Power: 1 X Usb-c Input/output; Other: 1 X Usb-c Data Input/output (shared With Power Input) With Bag And Charger 3 Unit 9 Digital Camera Mirrorless Camera Body Only Approx. 24.2mp Aps-c Cmos Sensor With 1.6x Crop Factor Up To 23 Fps Continuous Shooting With Af/ae Tracking 4k Uhd (6k Oversampling) And 4k 60p With A New Aps-c Sensor On The Revolutionary Rf Mount Telephoto Effect Of Approximately 1.6x With Bag And Charger 1 Unit 10 Digital Camera Lens For The Above Mention Digital Camera (item #8) Focal Length: 35-150mm F/2 - F/2.8 Lens Type: Telephoto (hybrid Wide-telephoto) Focal Length: 35mm - 150mm Aperture: F/2.8 - F/2 Lens Design: Zoom Angle Of View: 16° - 63° Focus Distance: 0.33m/0.85m Filter Size: Φ82mm Maximum Diameter: Φ89.2mm Linear Motor Autofocus Bbar G2 (broad-band Anti-reflection Generation 2) Coating Moisture-resistant Construction 1 Unit 11 Digital Camera Lens For The Above Mention Digital Camera (item #8) Focal Length: 24-240mm F3.5-6.3 Wide Lens Focal Length: 24-240mm Aperture: F/3.5-6.3 Linear Motor Autofocus Optical Steady Shot (oss) Image Stabilization Dust And Moisture-resistant Construction 2 Unit 12 Digital Camera Lens For The Above Mention Digital Camera (item #7) Max Aperture: F/1.8 With Stm Motor Filter Size: 49mm 1 Unit 13 Digital Voice Recorder Built-in Lithium Battery 4gb Built-in Memory Built-in Microphone: Yes Lcd Backlight: Yes Pc Connectivity: Yes Playback Format: Lpcm/mp3/aac/wma Recording Format: Linear Pcm/mp3 Uss Connection Charging: Yes Graphic Equalizer: Yes Noise Cut: Yes W/ Carrying Case 3 Unit 14 Drone Camera 3-axis Gimbal With Tri-camera System 20mp 5.1k Wide-angle 4/3 Cmos Hasselblad 166mm 12mp 7x Zoom Telephoto 70mm 48mp 3x Zoom Medium Telephoto Lens 7 Intelligent Flight Modes Up To 43 Minutes Of Flight Time 03+ Transmission With 9.3-mile Range Omnidirectional Avoidance With Apas 5.0 D-log, D-log M & Hlg Post-processing Rc Remote Included 1 Unit 15 Flash Drive Otg 128gb Type C 5 Pc 16 Gimbal Stabilizer Materials: Aluminum, Carbon Fiber, Plastic Mounting: 1 X 1/4"-20 Female 1 X Cold Shoe Mount Dimensions: 16.1 X 10.2 X 7.7" / 410 X 260 X 195 Mm Weight: 2.36 Lb / 1.07 Kg 2.595 Lb / 1.177 Kg (with Camera Plate) 2.948 Lb / 1.337 Kg (with Handlebar) 2xrsa 3 X Usb Type-c Wireless Frequency: 2.4 Ghz (2.4 - 2.483) Wireless Protocol: Bluetooth 5.0 Grip Design: Single Handgrip Gimbal Load Capacity: 10 Lb / 4.5 Kg Number Of Axes: 3-axis (pitch, Roll, Yaw) 2 Unit 17 Memory Card 256gb Storage Capacity Sdxc (class 10 Or Higher), Uhs-i / U3 With Adaptor For Sony Fdr-ax700 2 Pc 18 Memory Card For The Above Mention Digital Camera (items #8 & #9) Sd/sdhc/sdxc 128gb Storage Capacity Uhs-i / U1 / Class 10 Max Read Speed: 140 Mb/s Min Write Speed: 140 Mb/s Records Full Hd Video And Still Photos Water I Shock I X-ray Proof Temperature Proof 9 Pc 19 2.4ghz Wireless Clip-on Microphone System With 3.5mm Audio Output 200m Max Range Intelligent Noise Cancellation Mono And Stereo Modes Dual Channel Receiver Led Indicators Type-c Interface **transmitter: Pickup Pattern: Omnidirectional Frequency Range: 20hz–20khz Maximum Spl: 110db ; Dynamic Range: 86db Battery: 3.7v, 140mah Lithium Battery **receiver: Audio Output: 3.5mm Unbalanced Output Gain Range: -6 To +6 Db Battery: 3.8v, 200mah Lithium Battery **charging Case: Battery Capacity: 3.7v, 1400mah Lithium Battery 5 Pc 1 Year Warranty On Parts And Service The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement April 7-14, 2025 2. Issuance Of Bid Documents April 15-28, 2025 3. Pre-bid Conference April 15, 2025, 9:00am (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) April 28, 2025, Until 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) April 28, 2025, 9:30am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From April 15-28, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before April 28, 2025, Until 9:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. Bid Opening Shall Be On April 28, 2025, 9:30 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Nueva Ecija University Of Science And Technology Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: (sgd.) Atty. Bembol Dl. Castillo Bac Chairperson
Department Of Agriculture Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date30 May 2025
Tender AmountPHP 2.3 Million (USD 41.6 K)
Details: Description Request For Quotation (rfq) For The Procurement Of Supply And Delivery Of Ict Equipment. 1. The Government Of The Philippines Has Been Granted A Loan From The World Bank Towards The Cost Of The Philippine Rural Development Program (prdp) And Intends To Apply Part Of The Proceeds Of This Loan To Payment For The Cost On The Procurement Of Ict Equipment With An Approved Budget For The Contract (abc) Of Php 2,317,825.00. 2. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) - Prdp-rpco 7, I-support Unit, Hereunder Referred To As The End User, Now Requests Interested Suppliers/bidders To Submit Quotations/bid Offer For The Procurement Of Ict Equipment With The Following Details… Procurement Of Ict Equipment: 1 Unit, Wireless Projector @ 80,500.00/unit Specifications: Projection Technology: Rgb Liquid Crystal Shutter Projection System; Real-time Auto Keystone Correction; And With Split Screen Projection. Brightness: 3200lm White Light Output; And Normal/eco:3,200lm/1,900lm Color Light Output. Connectivity: Network: Wireless Lan; In-built; Analog Input: D-sub 15 Pin; 1(blue) Composite; Rca X 1; Digital Input: Hdmi; 1(mhl); Audio Input: Stereo Mini Jack-1; Usb Type A (for Usb Memory, Usb Document Camera, Firmware Update); And Usb Type B (for Usb Display, Mouse, K/b/, Control, Firmware Update). Resolution: Wxga 1 Unit, Wireless Projector @ 116,725.00/unit Specifications: Resolution: Wxga; Contrast Ratio: 15,000:1; Inputs & Interfaces: Rj-45 & Rs-232; Brightness Range Lumens: 4001; Features: Wifi; Screen Mirroring; Quick Corner; Projection Technology: Rgb Liquid Crystal Shutter Projection System (3lcd); Brightness: White Light Output (normal/eco): 5,500lm / 3,800lm; Colour Light Output: 5,500lm; Connectivity: Wireless Lan; In-built Network; Miracast; And Hdmi Digital Input; Usb Type A; Usb Type B. Screen Size (projected Distance): Zoom : Wide: 30" - 300" [0.86 - 8.95 M]; And Zoom : Tele: 30" - 300" [1.45 - 14.79 M]. Geometric Correction: Vertical/horizontal Keystone; Auto Keystone; Quick Corner; Sound Output: 16w Monaural; And Dimension Excluding Feet (w X H X D): 377 X 110 X 291 Mm. 10 Units, Laptop @ 76,475.00/unit Specifications: Os: Windows 11; Processor: Intel Core Ultra 9 185h Processor Hexadeca-core 2.30ghz With Intel Ai Boost; Display & Graphics: Intel Arc Graphics; 14" Screen Size Oled Display; Cinecrystal (glare) Display Screen Technology; 100% Dci-p3 Color Gamut; 2880x1800 Screen Resolution; And At Least 90hz Refresh Rate. Memory: 16gb Lpddr5x Ram; With Memory Card Reader And Microsd Support. Storage: 1tb Pci Express Nvme 4.0 Solid State Drive (ssd); Ports: Hdmi, Usb3.2 Gen 1 Type-a, Usb4/type C; Built-in Devices: Michrophone, Finger Print Reader, Speakers, Camera; Input Devices: Touchpad, Backlit Keyboard; And **with Ms Office For Home And Student 2021. 8 Units, Laptop @ 115,000.00/unit Specifications: Os: Windows 11 Home; Processor: Intel® Core™ I7-13650hx; Display & Graphics: Nvidia Geforce Rtx 4050; 16" Wqxga; 240hz Refresh Rate. Memory: 16gb Ddr5 Ram; Storage: 1tb Pci Express Nvme 4.0 Solid State Drive (ssd); Ports: 3.5mm Audio Jack, Hdmi, Lan Port, Thunderbolt 4; Usb 3.2 Gen 1 Type-a, Usb 3.2 Gen 2 Type-c. Camera: 720p Hd; Audio: Dolby Atmos, 2-speaker System; Built-in Array Microphone; Hi-res Certification (for Headphone). Keyboard And Touchpad: Touchpad; Backlit Keyboard 4-zone Rgb. Network And Communication: Wi-fi 6e, Bluetooth; And **with Ms Office For Home And Student 2021. 4 Units, Aio Desktop @ 74,750.00/unit Specifications: Processor: Intel Core 7 Processor 150u (12mb Cache, 10 Cores, 12 Threads, Up To 5.4 Ghz); Os: Windows 11 Home; Video Card: Intel Graphics; Monitor: 23.8-inch Fhd (1920 X 1080) Anti-glare; Narrow Border Ait Infinity Non-touch Display; Memory: 16 Gb: 2 X 8 Gb, Ddr4, 3200 Mt/s; Storage: 1tb M.2 Pcie Nvme Solid State Drive; Colour: Dark Shadow Gray; Microsoft Office: Microsoft Office Home; Keyboard: Dell Pro Wireless Keyboard And Mouse - Km5221w Black - Us English; Mouse: Dell Wireless Mouse Included With Keyboard; Ports: 3 Usb 3.2 Gen 1 Ports With Power On/wake-up Support; 1 Usb 3.2 Gen 2 Port With Powershare; 1 Usb 3.2 Type-c Gen 2 Port (side); 1 Hdmi-out 1.4 / Hdcp 1.4 Port; 1 Hdmi-in 1.4 / Hdcp 1.4 Port; 1 Rj45 Ethernet Port; 1 Universal Headset Jack; And 1 Power-adapter Port Slots: 1 M.2 2230/2280 Slot For Pcie Solid-state Drive; 1 M.2 2230 Slot For Wifi And Bluetooth Combo Card; And 1 Sd-card Slot. Chassis: Exterior Chassis Materials Rear Cover / Mid Frame - Plastic Resin; Exterior Chassis Materials (upsell) Rear Cover / Mid Frame - Plastic Resin With 35% Pcr. Stand: Y-stand Exterior - Plastic Resin Isosceles Stand Exterior - Aluminum Or Zinc; Wireless: Intel® Wi-fi 6e Ax211, 2x2, 802.11ax, Bluetooth® Wireless Card; Power: 90w Ac Adapter, 4.5 Mm Barrel; And **with Ms Office For Home And Student 2021. 1 Unit, Drone @ 136,850.00/unit Specifications: Key Features: 3-axis Gimbal With Tri-camera System; 20mp 5.1k Wide-angle 4/3 Cmos Hasselblad; 166mm 12mp 7x Zoom Telephoto; 70mm 48mp 3x Zoom Medium Telephoto Lens; Up To 43 Minutes Of Flight Time; O3+ Transmission With A 9.3- Mile Range; Omnidirectional Avoidance With Apas 5.0; D-log, D-log M & Hlg Post Processing; Supports Optional Dji Goggles 2, Goggles Integra, And Rc Motion 2 For A More Immersive Flight Experience; And Up To 43 Minutes Of Flight Time. Triple-lens Camera System: Main Camera: 24mm Hasselblad Wide-angle, F/2.8 To F/11 Aperture, 4/3 Cmos Sensor, 5.1k Video Resolution At 50 Fps; Second Camera: 70mm Medium Telephoto, F/2.8 Aperture And 1/1.3″ Cmos Sensor, 4k Video Resolution At 60 Fps, 3x Optical Zoom; And Third Camera: 166mm Telephoto, F/3.4 Aperture And 1/2″ Cmos Sensor, 4k Video Resolution At 30 To 60 Fps, 7x Optical Zoom. Safe Flying: Omnidirectional Obstacle Sensing System With Apas 5.0 Technology. Intelligent Flight Modes: Waypoint Flight; Cruise Control; Hyperlapse; Masershots; Focustrack; Panorama; And Quickshots Performance: Maximum Takeoff Weight: 2.1 Lb / 958 G; Maximum Horizontal Speed: 47.0 Mph / 21 M/s; Maximum Ascent Speed: 17.9 Mph / 8 M/s; Maximum Descent Speed: 13.4 Mph / 6 M/s; Maximum Wind Resistance: 26.8 Mph / 12 M/s; Flight Ceiling: 3.7 Miles / 6000 M; Maximum Flight Time: 43 Minutes; Maximum Hover Time: 37 Minutes; And Maximum Tilt Angle: 35°. Gimbal: 3-axis (pitch (tilt), Roll, Yaw (pan)); Mechanical Range: Pitch (tilt): 190° (-140 To 50°), Roll: 100° (-50 To 50°), Yaw (pan): 46° (- 23 To 23°); And Controllable Range: Pitch (tilt): 125° (-90 To 35°), Yaw (pan): 10° (-5 To 5°). Flight Control System: Gnss Support: Gps, Beidou, Galileo. Vision/sensing System: Forward: Measurement Range: 1.6 To 65.6′ / 0.5 To 20 M; Detection Range: 1.6 To 656.2′ / 0.5 To 200 M; Max Speed: 33.6 Mph / 15 M/s; And Field Of View: 90° (horizontal) / 103° (vertical). Backward: Measurement Range: 1.6 To 52.5′ / 0.5 To 16 M; Max Speed: 26.8 Mph / 12 M/s; Field Of View: 90° (horizontal) / 103° (vertical). Lateral: Measurement Range: 1.6 To 82.0′ / 0.5 To 25 M; Max Speed: 33.6 Mph / 15 M/s; And Field Of View: 90° (horizontal) / 85° (vertical). Upward: Measurement Range: 0.7 To 32.8′ / 0.2 To 10 M; Max Speed: 13.4 Mph / 6 M/s; And Field Of View: 100° (vertical) / 90° (horizontal). Downward: Measurement Range: 1.0 To 59.1′ / 0.3 To 18 M; Max Speed: 13.4 Mph / 6 M/s; And Field Of View: 130° (vertical) / 160° (horizontal). Remote Controller / Transmitter: Operating Frequency: 2.4 Ghz (2.400 To 2.4835), 5.8 Ghz (5.725 To 5.850); Maximum Operating Distance: 9.3 Miles / 15 Km; And Transmitter Power: 33 Dbm (2.4/5.8 G). Flight Battery: Lithium-ion; And 5000 Mah / 77 Wh. General: 4 Rotor Configuration; Dimensions: 3.9 X 3.8 X 9.1″ / 98.0 X 95.4 X 231.1 Mm (folded); Dimensions: 11.4 X 4.2 X 13.7″ / 290.8 X 107.7 X 347.5 Mm (unfolded); And Weight: 2.1 Lb / 958 G **all Ict Equipments Come With One Year Warranty. 3. The Bidder Must Submit Mayor’s Permit, Philgeps Registration Number. The Office Will Require The Winning Bidder To Submit Income/ Business Tax Return And Omnibus Sworn Statement And Other Pertinent Documents Prior To Recommendation Of Award (sbac Resolution). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered Together With The Required Legal Documents Stated At Item Number 3, To Prdp-rpco 7 Sbac Chairperson/ The Procurement Unit At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Addressed And Contact Numbers Indicated Below: Procurement Unit Department Of Agriculture Regional Field Office 7 Tel No. 032-3459662 Fax No. 032-2563063 Telefax No. 032-2682698 Prdprpco7@gmail.com 7. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) – Prdp-rpco 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 8. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) – Prdp-rpco 7 Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information And Required Documents To Be Submitted, Please Contact: Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-3459662 Fax Number 032- 256-3063 (sgd.) Elvin J. Milleza Chairperson, Special Bids And Awards Committee
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: This Amendment Is To Change The Response Date And Time To 28 February 2025 At 10:00 A.m. Hst And To Correct Att3 Requirements List. ************************************************************ this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Under The Test Program For Commercial Items Found At Far 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted On Both Sam.gov And Neco (https://www.neco.navy.mil/). the Rfq Number Is N0060425q4021. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And Dfars Publication Notice 20250117. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.acquisition.gov/far/ And Http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The Naics Code Is 517111 And The Small Business Standard Is 1,500 Employees. The Small Business Office Concurs With This Acquisition Strategy. the Proposed Contract Action Is For Commercial Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 13.106-1(b)(1)(i). Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Bids, Proposals, Or Quotations Received By The Closing Response Date Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. the Navsup Fleet Logistics Center Pearl Harbor Regional Contracting Office Requests Responses From Qualified Sources Capable Of Providing Hard-wired Multi-channel Video Cable Tv And Internet Services For Joint Base Pearl Harbor Hickam In Accordance With Attachment 1- Requirement List. the Proposed Services Are A 12 Month Period As Follows: clin 0001- Qty: 1 Group - On-site Cable Services period Of Performance: 1 March 2025 - 28 February 2026 see Performance Work Statement (pws) Attachment 3 For Description Of Requirement. responsibility And Inspection: Unless Otherwise Specified In The Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control. attachment List: attachment 1 - Performance Work Statement attachment 2 - Redacted Sole Source Justification attachment 3 - Requirement List attachment 4 - 52.212-3 Alt 1 Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) And 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) questions Regarding The Solicitation: Questions Shall Be Submitted Electronically To Dana.a.anderson2.civ@us.navy.mil. oral Queries Will Not Be Accepted. Emails Sent To This Address Shall Clearly Reference The Rfq In The Subject Line. Other Methods Of Submitting Questions Will Not Be Acknowledged Or Addressed. Questions May Be Submitted At Any Day And Time, But Not Later Than 12:00 Pm Hst (hawaii Standard Time) On 25 February 2025. Questions Submitted After This Date And Time May Not Be Accepted. Since The Submittal Of Questions May Result In Amendments To The Rfq, It Is Imperative That Questions Be Submitted As Soon As Possible. a Complete Quote In Response To This Combined Synopsis/solicitation Must Include The Following: - Completed Attachment 3 - Requirements List - Completed Attachment 4 - 52.212-3 Alt 1 Offeror Representations And Certifications-commercial Products And Commercial Services (if The Reps And Certs Are Not Current In Sam) And 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021). *required Unless Reps And Certs Are Current In Sam.gov the Following Far Provision And Clauses Are Applicable To This Procurement: 52.204-7 system For Award Management nov 2024 52.204-10 reporting Executive Compensation And First-tier Subcontract Awards jun 2020 52.204-13 system For Award Management Maintenance oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.204-17 ownership Or Control Of Offeror aug 2020 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.204-20 predecessor Of Offeror aug 2020 52.204-21 basic Safeguarding Of Covered Contractor Information Systems nov 2021 52.204-23 prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities dec 2023 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment nov 2021 52.204-25 prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment nov 2021 52.204-26 covered Telecommunications Equipment Or Services--representation oct 2020 52.204-27 prohibition On A Bytedance Covered Application jun 2023 52.209-6 protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment jan 2025 52.209-10 prohibition On Contracting With Inverted Domestic Corporations nov 2015 52.212-1 instructions To Offerors-commercial Products And Commercial Services sep 2023 52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services--alternate I feb 2024 52.212-4 contract Terms And Conditions-commercial Products And Commercial Services nov 2023 52.212-5 contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services jan 2025 52.219-28 post-award Small Business Program Rerepresentation jan 2025 52.222-3 convict Labor june 2003 52.222-21 prohibition Of Segregated Facilities apr 2015 52.222-22 previous Contracts And Compliance Reports feb 1999 52.222-25 affirmative Action Compliance apr 1984 52.222-26 equal Opportunity sep 2016 52.222-36 equal Opportunity For Workers With Disabilities jun 2020 52.222-50 combating Trafficking In Persons nov 2021 52.226-8 encouraging Contractor Policies To Ban Text Messaging While Driving may 2024 52.232-33 payment By Electronic Funds Transfer-system For Award Management oct 2018 52.232-39 unenforceability Of Unauthorized Obligations jun 2013 52.232-40 providing Accelerated Payments To Small Business Subcontractors mar 2023 52.233-3 protest After Award aug 1996 52.233-4 applicable Law For Breach Of Contract Claim oct 2004 52.240-1 prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities nov 2024 52.252-1 solicitation Provisions Incorporated By Reference feb 1998 52.252-2 clauses Incorporated By Reference feb 1998 52.252-5 authorized Deviations In Provisions nov 2020 52.252-6 authorized Deviations In Clauses nov 2020 additional Contract Terms And Conditions Applicable To This Procurement Are: 252.203-7000 requirements Relating To Compensation Of Former Dod Officials sep 2011 252.203-7002 requirement To Inform Employees Of Whistleblower Rights dec 2022 252.203-7005 representation Relating To Compensation Of Former Dod Officials sep 2022 252.204-7003 control Of Government Personnel Work Product apr 1992 252.204-7015 notice Of Authorized Disclosure Of Information For Litigation Support jan 2023 252.204-7016 covered Defense Telecommunications Equipment Or Services--representation dec 2019 252.204-7017 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation may 2021 252.204-7018 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services jan 2023 252.204-7019 notice Of Nist Sp 800-171 Dod Assessment Requirements nov 2023 252.204-7020 nist Sp 800-171 Dod Assessment Requirements nov 2023 252.204-7022 expediting Contract Closeout may 2021 252.204-7024 notice On The Use Of The Supplier Performance Risk System mar 2023 252.223-7008 prohibition Of Hexavalent Chromium jan 2023 252.225-7012 preference For Certain Domestic Commodities apr 2022 252.225-7048 export-controlled Items jun 2013 252.225-7055 representation Regarding Business Operations With The Maduro Regime may 2022 252.225-7056 prohibition Regarding Business Operations With The Maduro Regime jan 2023 252.225-7059 prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region-representation jun 2023 252.225-7060 prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region jun 2023 252.232-7003 electronic Submission Of Payment Requests And Receiving Reports dec 2018 252.232-7006 wide Area Workflow Payment Instructions jan 2023 252.232-7010 levies On Contract Payments dec 2006 252.237-7010 prohibition On Interrogation Of Detainees By Contractor Personnel jan 2023 252.239-7009 representation Of Use Of Cloud Computing sep 2015 252.239-7010 cloud Computing Services jan 2023 252.244-7000 subcontracts For Commercial Products Or Commercial Services nov 2023 252.246-7008 sources Of Electronic Parts jan 2023 252.247-7023 transportation Of Supplies By Sea--basic oct 2024 this Announcement Will Close At 10:00 Am Hst (hawaii Standard Time) On 28 February 2025. Contact Dana Anderson Who Can Be Reached At Via Email Dana.a.anderson2.civ@us.navy.mil. Quotes Shall Be Submitted Electronically Via Email To The Same Address. Oral Communications Are Not Acceptable In Response To This Notice. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. evaluation Criteria: Procedures In Far 13.106 Are Applicable To This Procurement. Award Decision Will Be Based On A Combination Of Price And A Determination Of Responsibility. price: Quoters Shall Submit A Price For Each Item Listed In This Notice. In Determining Whether A Price Is Fair And Reasonable, The Government May Use Historical Data, Independent Government Estimates In Its Price Analysis, Or Any Other Technique Permissible By Far 13.106-3 And Far 15.404-1(b). technical: The Quoters Technical Acceptability Will Be Evaluated Against The Requirements In The Performance Work Statement. The Submittal Of A Quote Will Mean That The Quoter Does Not Take Any Exceptions To The Performance Work Statement Requirements. responsibility Determination: To Be Eligible For Award Of A Purchase Order Hereunder, The Quoter Must Be Determined By The Contracting Officer To Be A Responsible Prospective Quoter In Accordance With Far 9.1. the Government May Utilize A Combination Of Various Government Database Repositories Used To Determine That A Contractor Is Responsible. Such Sources Include But Are Not Limited To The Following: Sam, Past Performance Information Retrieval System (ppirs), Contractor Performance Assessment Reporting System (cpars), And/or The Supplier Performance Risk System (sprs) issuance Of A Purchase Order. the Government Intends To Evaluate Quotations And Issue A Purchase Order Based Upon Initial Quotations Received. Therefore, The Quoters Initial Quotation Should Contain The Quoters Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Request Revised Quotations From, Or Negotiate Final Purchase Order Terms With Quoters If It Is Later Determined By The Contracting Officer To Be Necessary. However, The Contracting Officer Will Not Establish A Competitive Range, Conduct Discussions, Or Otherwise Utilize The Formal Source Selection Procedures Described At Far Part 15. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Issue A Purchase Order To Other Than The Quoter With The Lowest Price; And Waive Informalities And Minor Irregularities In Quotations Received. it Is The Quoters Responsibility To Ensure That There Are No Discrepancies Presented Within The Information Contained In Its Quote. Potential Quoters Are Hereby Notified That In The Event There Are Discrepancies Within Information In A Quote Received By The Government, Or In Comparison To Government Information Provided In The Solicitation, The Government Reserves The Right To Apply Its Judgment To Resolve Such Discrepancies During The Evaluation Of The Quotes Without Conducting Discussions. sam: Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/. all Quotes Shall Include Price(s), Fob Point, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size, And Payment Terms. quoters Are Advised That Delays Can Be Experienced With The Governments Email System. Additionally, The Email System Capacity For Each Email Is 10 Mb. Emails Greater Than 10 Mb Will Not Be Delivered And Consequently Will Not Be Considered. Therefore, Quotations Exceeding The Size Limit Must Be Sent Via Multiple Emails. Zip Files Are Not Accepted. Quotes Will Not Be Accepted By Facsimile. Oral Quotes Will Not Be Accepted. Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. ******* End Of Combined Synopsis/solicitation ******* .
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date4 Apr 2025
Tender AmountRefer Documents
Details: Amendment 01 this Amendment Is Issued To Provide Answers To Questions Received. Please See Attachment 3 - Questions And Answers In The Attachments/links Section. No Other Changes To The Solicitation At This Time. ----------------------------------------------------------------------------------------------------------------------- this Is A Combined Synopsis/solicitation For Commercial Items/services Prepared In Accordance With Federal Acquisition Regulations (far) 12 And 13 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Will Not Be Issued. The Solicitation Number Is Sp4510-25-q-1026 And Is Being Issued As A Request For Quotation (rfq). the Required Equipment Is Per The Attached Specifications, Including Its Delivery Timeframes. The Procurement Is Under Naics 238220 With A Size Standard Of $19 Million. The Requirement Is A 100 Percent Total Small Business Set-aside. the Following Clauses Will Be Included In The Award: Far 52.212-4, Contract Terms And Conditions Commercial Item; Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items. Offeror Must Submit Representations And Certifications (far 52.212-3). If An Offeror Has Completed The Annual Representations And Certificates Electronically The Offeror Shall Complete Only Paragraph (b) Of This Provision. instruction To Offerors: submit Quotes By Email To James.isola@dla.mil No Later Than The Specified Date And Time Below. Attention Should Be Noted To Far 52.212-1(f), Concerning Late Submissions. The Offeror Bears The Risk Of Non-receipt Of Any Email Transmissions And Should Ensure That All Pages Of The Quote Have Been Received By The Designated Office Before The Deadline Indicated. Email Submissions By 4:00 Pm One Business Day Prior To The Due Date And Time Are Encouraged To Reduce The Possibility Of Server Or Other Cyber-related Delays That May Render Your Response As Ineligible For Consideration. Valid Quotes Are To Include The Following: quotes Are To Be Received No Later Than Friday, April 4, 2025, At 3:00 Pm. Eastern Standard Time (est), Via Email To James.isola@dla.mil. Questions Are Due Tuesday, March 25, 2025, At 3:00 Pm Est And Must Be Submitted In Writing Via Email To James.isola@dla.mil. Questions Will Not Be Answered Via Telephone. Questions That Occur After The Cut-off, But Are Considered To Be Significant To The Requirement, Will Be Accepted And Discussed Only With Those Vendors That Have Submitted A Quote. evaluation: quotations Will Be Evaluated On A Lowest Priced Technically Acceptable Basis. Award Will Be Made To The Firm That Offers The Lowest Total Cost To The Government For The Entire Service, After A Pass/fail Evaluation Of The Contractors’ Technical Submittal. see Attachment For The Price Schedule And Specifications/additional Terms. all Contractor Performance Shall Be In A Safe Manner, And In Compliance With All Applicable Federal, State, And Local Laws And Regulations, And All Installation Policies. Any/all Required Documentation And Service-related Requirements Including Installation Access Are The Responsibility Of The Contractor, With Coordination As Necessary With The Site Poc. Deliveries Must Be Performed During Normal Installation Work Hours Which Are Available From The Above Poc, Excluding Federal Holidays. notes: all Quotes Shall Be In U.s. Dollars. 52.204-7 System For Award Management Nov 2024 4.1105(a)(1) 52.204-13 System For Award Management Maintenance Oct 2018 4.1105(b) 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 4.1804(a) 52.204-17 Ownership Or Control Of Offeror Aug 2020 4.1804(b) 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 4.1804(c) 52.204-20 Predecessor Of Offeror Aug 2020 4.1804(d) 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities Dec 20234.2004 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Nov 2021 4.2105(a) 52.204-25 Prohibition Of Contracting For Certain Telecomunications And Video Surveillance Services Or Equipment Nov 2021 4.2105(b) 52.204-26 Covered Telecommunications Equipment Or Services--representation Oct 2020 4.2105(c) 52.204-27 Prohibition On A Bytedance Covered Application Jun 2023 4.2203 52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment Jan 2025 9.409 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015 9.108-5(b) 52.212-1 Instructions To Offerors—commercial Products And Commercial Services Sep 2023 12.301(b)(1) 52.212-2 Evaluation—commercial Products And Commercial Services Nov 2021 12.301(c)(1) 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services (deviation) Mar 2025 Cd 2025-o0003 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I Feb 2024 12.301(b)(2) 52.212-4 Contract Terms And Conditions—commercial Products And Commercial Services Nov 2023 12.301(b)(3) 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (deviation) Mar 2025 Cd 2025-o0003 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services--(deviation) Mar 2024 Cd 2023-o0008, Rev 1 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services--alternate I Sep 2023 Cd 2023-o0008 52.216-18 Ordering Aug 2020 16.506(a) 52.216-19 Order Limitations Oct 1995 16.506(b) 52.216-22 Indefinite Quantity Oct 1995 16.506(e) 52.217-5 Evaluation Of Options Jul 1990 17.208(c) 52.217-6 Option For Increased Quantity Mar 1989 17.208(d) 52.217-8 Option To Extend Services Nov 1999 17.208(f) 52.217-9 Option To Extend The Term Of The Contract Mar 2000 17.208(g) 52.219-6 Notice Of Total Small Business Set-aside Nov 2020 19.507(c) 52.219-14 Limitations On Subcontracting (deviation 2021-o0008) Sep 2021 Cd 2021-o0008 52.219-28 Post-award Small Business Program Rerepresentation Jan 2025 19.309(c)(1) 52.222-1 Notice To The Government Of Labor Disputes Feb 1997 22.103-5(a) 52.222-3 Convict Labor June 2003 22.202 52.222-35 Equal Opportunity For Veterans Jun 2020 22.1310(a)(1) 52.222-36 Equal Opportunity For Workers With Disabilities Jun 2020 22.1408(a) 52.222-37 Employment Reports On Veterans Jun 2020 22.1310(b) 52.222-41 Service Contract Labor Standards Aug 2018 22.1006(a) 52.222-42 Statement Of Equivalent Rates For Federal Hires May 2014 22.1006(b) 52.222-43 Fair Labor Standards Act And Service Contract Labor Standards—price Adjustment (multiple Year And Option Contracts) Aug 2018 22.1006(c)(1) 52.222-44 Fair Labor Standards Act And Service Contract Labor Standards—price Adjustment May 2014 22.1006(c)(2) 52.222-50 Combating Trafficking In Persons Nov 2021 22.1705(a)(1) 52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 Jan 2022 22.1906 52.222-62 Paid Sick Leave Under Executive Order 13706 Jan 2022 22.2110 52.223-10 Waste Reduction Program May 2024 23.406(c) 52.223-11 Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons May 2024 23.109(d)(1) 52.223-12 Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners May 2024 23.109(d)(2) 52.223-20 Aerosols May 2024 23.109(d)(3) 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation Dec 2016 23.804(b) 52.223-23 Sustainable Products And Services May 2024 23.109(a) 52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving May 2024 26.605 52.227-1 Authorization And Consent Jun 2020 27.201-2(a)(1) 52.228-5 Insurance—work On A Government Installation Jan 1997 28.310 52.232-33 Payment By Electronic Funds Transfer—system For Award Management Oct 2018 32.1110(a)(1) 52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013 32.706-3 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 32.009-2 52.233-3 Protest After Award Aug 1996 33.106(b) 52.233-4 Applicable Law For Breach Of Contract Claim Oct 2004 33.215(b) 52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act—covered Foreign Entities Nov 2024 40.203-8 52.245-1 Government Property Sep 2021 45.107(a) And (d) 52.245-9 Use And Charges Apr 2012 45.107(c) 52.252-5 Authorized Deviations In Provisions Nov 2020 52.107(e) 252.201-7000 Contracting Officer's Representative Dec 1991 201.602-70 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials Sep 2011 203.171-4(a) 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Dec 2022 203.970 252.203-7005 Representation Relating To Compensation Of Former Dod Officials Sep 2022 203.171-4(b) 252.204-7003 Control Of Government Personnel Work Product Apr 1992 204.404-70(b) 252.204-7004 Antiterrorism Awareness Training For Contractors Jan 2023 204.7203 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct 2016 204.7304(a) 252.204-7014 Limitations On The Use Or Disclosure Of Information By Litigation Support Contractors Jan 2023 204.7403(a) 252.204-7016 Covered Defense Telecommunications Equipment Or Services--representation Dec 2019 204.2105(a) 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation May 2021 204.2105(b) 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services Jan 2023 204.2105(c ) 252.204-7022 Expediting Contract Closeout May 2021 204.804-70 252.204-7024 Notice On The Use Of The Supplier Performance Risk System Mar 2023 204.7604 252.223-7008 Prohibition Of Hexavalent Chromium Jan 2023 223.7306 252.225-7000 Buy American--balance Of Payments Program Certificate--basic Feb 2024 225.1101 (1) And (1)(i) 252.225-7001 Buy American And Balance Of Payments Program--basic Feb 2024 225.1101(2)(i) And (2)(ii) 252.225-7012 Preference For Certain Domestic Commodities Apr 2022 225.7002-3(a) 252.225-7048 Export-controlled Items Jun 2013 225.7901-4 252.225-7055 Representation Regarding Business Operations With The Maduro Regime May 2022 225.7020-5(a) 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime Jan 2023 225.7020-5(b) 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation Jun 2023 225.7022-5(a) 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region Jun 2023 225.7022-5(b) 252.226-7002 Representation For Demonstration Project For Contractors Employing Persons With Disabilities Dec 2019 226.7203 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018 232.7004(a) 252.232-7006 Wide Area Workflow Payment Instructions Jan 2023 232.7004(b) 252.232-7010 Levies On Contract Payments Dec 2006 232.7102 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel Jan 2023 237.173-5 252.244-7000 Subcontracts For Commercial Products Or Commercial Services Nov 2023 244.403 252.245-7005 Management And Reporting Of Government Property Jan 2024 245.107(4) the Following Dfars Provisions Apply To This Procurement: dlad 5452.233-9001 Disputes – Agreement To Use Alternative Dispute Resolution (jun 2020) dlad Procurement Notes: c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016) c03 Contractor Retention Of Supply Chain Traceability Documentation (sep 2016) l06 Agency Protests (dec 2016)
INDIAN HEALTH SERVICE USA Tender
Electrical Generators And Transformers...+1Electrical and Electronics
United States
Closing Date24 Apr 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The
format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional
information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes
are Being Requested In Response To This Notice And A Written Solicitation Will Not Be Issued. This
solicitation Is Being Issued As A Request For Quote (rfq). Submit Only Written Quotes For This Rfq.
this Solicitation Is Full And Open. This Solicitation Document And Incorporated Provisions And
clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. The Associated Naics Code
is 811310.
this Rfq Contains Five (5) Line Items: clin 01
02 03 04 05 description
base Year – Preventative Maintenance For Gillete Generator Model Sp-1500-3-2n2 Natural Gas Fueled
option Year 1 – Preventative Maintenance For Gillete Generator Model Sp-1500-3-2n2 Natural Gas
fueled Option Year 2 – Preventative Maintenance For Gillete Generator Model Sp-1500-3-2n2 Natural
gas Fueled Option Year 3 – Preventative Maintenance For Gillete Generator Model Sp-1500-3-2n2
natural Gas Fueled Option Year 4 – Preventative Maintenance For Gillete Generator Model
sp-1500-3-2n2 Natural Gas Fueled monthly Charge
period Of Performance: 05/10/2025 – 05/09/2026 vendor Requirements: See Attached Statement Of Work
submit Quotes No Later Than: 04/24/2025 02:00p.m. Cdt To The Following Point Of Contact: Mary Ann
yocham, Contract Specialist, Via Email: Maryann.yocham@ihs.gov. evaluation: Far 52.212-2 Evaluation -- Commercial Items (completed As Follows):
(a) The Government Will Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To
the Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The
government, With The Technical Requirements And Past History Performance Being More Important Than
pricing. The Following Factors Shall Be Used To Evaluate Offers:
best Value (see Criteria Below) pricing
- Pricing Will Be Evaluated By Adding The Base Year And The Out Years Together For A Comprehensive
price.
technical
- Vendor Shall Have A System In Place To Record Equipment Reports, Events, Run-times, Repairs,
tests, Scheduled And Unscheduled Maintenance, Engine Fluids Monitoring
and Testing, And Component Checks. combined Synopsis/solicitation Ihs1511891 – Generator Pm Services
- Vendor Shall Provide Monthly A Report Of Equipment Reports, Events, Run-times, Repairs, Tests,
scheduled And Unscheduled Maintenance, Engine Fluids Monitoring And Testing, And Component Checks.
- Vendor Shall Have Ability To Inspect, Fluid And Component Checks, Hardware And Software Checks,
and Preventive Maintenance Of The Generator And Ats Shall Be Conducted On A Monthly Basis Per Nfpa
110 And The Equipment Manufacturer’s Technical Specifications.
- Vendor Technicians Shall Have The Ability Conform To And Comply With The Latest Edition And
version Of All Applicable Osha, Epa, Nfpa, Ibc, Nec, Asme, Astm, Aws, Ansi, Smacna, National
institute For Occupational Safety And Health (niosh), Ashre Joint Commission Codes, Standards And
guidelines.
past History Performance
- Vendor Shall Submit At Minimum 3 Past History Performance Records.
vendors Shall Submit The Following: completed Price Schedule (to Include Out Years) Past History Performance Contract Information
details Of Maintenance Agreement vendors Submitting Or Equal Items Must Submit Descriptitve Literature Showing How Their Product
meets Or Exceeds The Requirements Being Solicited
this Solicitation Will Result In A Firm Fixed Price Purchase Order Pursuant To The Terms And
conditions Below. Terms And Conditions Other Than Those Stated Will Not Be Accepted. The Above
pricing Is All Inclusive. provisions: The Following Far Provisions Apply To This Solicitation:
far 52.252-1, Solicitation Provisions Incorporated By Reference. (feb 1998). This Solicitation
incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If
they Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text
available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be
completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full
text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And
provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A
solicitation Provision May Be Accessed Electronically At This/these Address(es):
https://www.acquisition.gov/browse/index/far And Https://www.acquisition.gov/hhsar far 52.204-7, System For Award Management (nov 2024);
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020); Far 52.204-22,
alternative Line-item Proposal (jan 2017);
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services
or Equipment (nov 2021);
far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures
(dec 2023); Far 52.252-3, Alterations In Solicitation (apr 1984)
far 52.252-6, Authorized Deviations In Clauses (nov 2020);
hhsar 352.239-78, Information And Communication Technology Accessibility Notice. (deviation) (feb
2024)
(a) Any Offeror Responding To This Solicitation Must Comply With Established Hhs Information And
communication Technology (ict) Accessibility Standards. Information About Section 508 Is available At Https://www.hhs.gov/web/section-508/index.html.
(b) The Section 508 Accessibility Standards Applicable To This Solicitation Are Stated In The
clause At 352.239-79 Information And Communication Technology Accessibility. In Order To Facilitate
the Government’s Determination Whether Proposed Ict Supplies, Products, Platforms, Information, And
documentation Meet Applicable Section 508 Accessibility Standards, Offerors Must Submit An
appropriate Hhs Section 508 Accessibility Conformance Checklist (see
https://www.hhs.gov/web/section-508/accessibilitychecklists/index.html) Or An Accessibility
conformance Report (acr) page 2 Of 4 combined Synopsis/solicitation Ihs1511891 – Generator Pm Services (based On The Voluntary Product Accessibility Template (vpat) See
https://www.itic.org/policy/accessibility/vpat), In Accordance With The Completion Instructions.
the Purpose Of The Checklists And Conformance Reports Are To Assist Hhs Acquisition And Program
officials In Determining Whether Proposed Ict Supplies, Products, Platforms, Information, And
documentation Conform To Applicable Section 508 Accessibility Standards. Checklists And Acrs
evaluate—in Detail— Whether The Ict Conforms To Specific Section 508 Accessibility Standards And
identifies Remediation Efforts Needed To Address Conformance Issues.
(c) If An Offeror Claims Its Supplies Or Services Meet Applicable Section 508 Accessibility
standards, And It Is Later Determined By The Government, I.e., After Award Of A Contract Or Order,
that Supplies, Products, Platforms, Information, Documentation, Or Services Support Delivered Do
not Conform To The Described Accessibility Standards, Remediation Of The Supplies, Products,
platforms, Information, Documentation, Or Services Support To The Level Of Conformance Specified In
the Contract Will Be The Responsibility Of The Contractor At Its Expense.
(d) In Order To Facilitate The Government's Determination Whether Proposed Ict Supplies Meet
applicable Section 508 Accessibility Standards, Offerors Must Submit An Accessibility Conformance
report, In Accordance With Its Completion Instructions And Tailored To The Requirements In The
solicitation. The Purpose Of The Report Is To Assist Hhs Acquisition And Program Officials In
determining Whether Proposed Ict Supplies Conform To Applicable Section 508 Accessibility
standards. The Template Allows Offerors Or Developers To Self-evaluate Their Supplies And Document,
in Detail, Whether They Conform To A Specific Section 508 Accessibility Standard, And Any Underway
remediation Efforts Addressing Conformance Issues. Instructions For Preparing The Hhs Section 508
evaluation Template Are Available At Https://section508.gov/.
(e) In Order To Facilitate The Government's Determination Whether Proposed Ict Services Meet
applicable Section 508 Accessibility Standards, Offerors Must Provide Enough Information To Assist
the Government In Determining That The Ict Services Conform To Section 508 Accessibility Standards,
including Any Underway Remediation Efforts Addressing Conformance Issues.
(f) Respondents To This Solicitation Must Identify Any Inability To Conform To Section 508
requirements. If An Offeror Claims Its Supplies Or Services Meet Applicable Section 508
accessibility Standards, And It Is Later Determined By The Government, I.e., After Award Of A
contract Or Order, That Supplies Or Services Delivered Do Not Conform To The Described
accessibility Standards, Remediation Of The Supplies Or Services To The Level Of Conformance
specified In The Contract Will Be The Responsibility Of The Contractor At Its Expense.
(g) Items Delivered As Electronic Content Must Be Accessible To Hhs Acceptance Criteria. Checklist
for Various Formats Are Available At Http://508.hhs.gov/. Materials, Other Than Items Incidental To
contract Management, That Are Final Items For Delivery Should Be Accompanied By The Appropriate
checklist, Except Upon Approval Of The Contracting Officer Or Contracting Officer’s Representative.
(the Offeror Should Include A Completed Copy Of These Provisions With Their Quote). clauses: The Following Far Clauses Apply To This Solicitation:
far 52.252-2, Clauses Incorporated By Reference (feb 1998). This Contract Incorporates One Or More
clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon
request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A
clause May Be Accessed Electronically At This/these Address(es):
https://www.acquisition.gov/browse/index/far And Https://www.acquisition.gov/hhsar far 52.203-17, Contractor Employee Whistleblower Rights (nov 2023);
far 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020); Far
52.204-13, System For Award Management Maintenance (oct 2018);
far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020);
far 52.204-19, Incorporation By Reference Of Representations And Certifications (dec 2014); Far
52.204-27, Prohibition On A Bytedance Covered Application (jun 2023);
far 52.204-30, Federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023);
far 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred,
suspended, Proposed For Debarment, Or Voluntarily Exluded. (jan 2025)
far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023);
far 52.212-5, Contract Terms And Conditions Required To Implement Statues Or Executive
orders-commercial Products And Commercial Services (jan 2025)(deviation Feb 2025);
far 52.217-8, Option To Extend Services (nov 1999);
far 52.217-9, Option To Extend The Term Of The Contract (mar 2000);
far 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2022);
far 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024);
far 52.219-33, Nonmanufacturer Rule (sep 2021);
far 52.222-3, Convict Labor (jun 2003);
far 52.222-19, Child Labor-cooperation With Authorities And Remedies (jan 2025); Far 52.222-36,
equal Opportunity For Workers With Disabilities (jun 2020);
far 52.222-50, Combating Trafficking In Persons (nov 2021); Far 52.223-20, Aerosols (may 2024); page 3 Of 4 combined Synopsis/solicitation Ihs1511891 – Generator Pm Services
page 4 Of 4
far 52.223-23, Sustainable Products And Services (may 2024)(deviation Feb 2025); Far 52.225-13,
restrictions Of Certain Foreign Purchases (feb 2021);
far 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024); Far
52.232-33, Payment By Electronic Funds Transfer- System For Award Management (oct 2018);
far 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American
security Drone Act- Covered Entities (nov 2024);
far 52.222-41, Service Contract Labor Standards (aug 2018);
far 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014);
far 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment
(multiple Year And Option Contracts) (aug 2018)
far 52.222-55, Minimum Wages Under Executive Order 13658 (jan 2022);
far 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2022) (e.o. 13706); Far 52.252-4,
alterations In Contracts (apr 1984):
hhsar Clauses:
hhsar 352.226-1, Indian Preference (dec 2015);
hhsar 352.232-71, Electronic Submission Of Payment Requests (feb 2022);
hhsar 352.239-79, Information And Communication Technology Accessibility (feb 2024)
“system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To
require Entities To Complete Representations Based On Provisions That Are Not Included In Agency
solicitations. Examples Include 52.222- 25, Affirmative Action Compliance, And Paragraph (d) Of
52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services.
contracting Officers Will Not Consider These Representations When Making Award Decisions Or Enforce
requirements. Entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration
to Remove These Representations In Sam.”
miscellaneous:
no Fax Quotations
electronic Submissions – Submission Via Email Is The Only Acceptable
electronic Submission. (maryann.yocham@ihs.gov) all Contractors Must Be Registered In The System For Award Management Database Located At
https://www.sam.gov/sam/ Prior To Any Contract Award. Please Submit The Following Information With
each Quote: Vendor Name, Cage Code, Uei, Tax Identification Number, Prompt Payment Terms, Delivery
time, Gsa Contract Number (if Applicable), Date Quote Expires, Warranty, Total Price For Each Line
item, Total Quote Price, And Technical Documentation In Sufficient Detail To Determine Technical
acceptability. Failure To Provide
sufficient Technical Detail May Result In Rejection Of Your Quote.
DEPT OF THE ARMY USA Tender
Security and Emergency Services
United States
Closing Date2 Jun 2025
Tender AmountRefer Documents
Details: Synopsis: The Army Applications Laboratory (aal) And The Fires Cdid Are Seeking Technologies Related To Low Latency, And Bandwidth Efficient Data Transport As A Special Topic Under The Aal Broad Agency Announcement (baa) W911nf-24-s-0008 For Disruptive Applications And Related Research As Described Below. Upon Receipt, The Government Will Evaluate Submissions Through The Process Established In The Aal Baa, Except As Modified Herein. The Government Reserves The Right To Cancel This Special Notice Without Award For Any Reason. Issuance Of This Notice Does Not Commit The Government To Pay For Any Preparation Costs Incurred In Compiling A Response. as A General Matter, All Requirements Referenced In Baa W911nf-24-s-0008 Apply To This Effort. The Government Anticipates Awarding One Or More Procurement Contract Under This Special Topic, But Will Consider Other Potential Award Types Listed In The Aal Baa, To Include Procurement Contracts, Grants, Cooperative Agreements, And Other Transaction Agreement, And Technology Investment Agreements. A Follow-on Production Contract Or Transaction May Be Awarded To Participants Awarded An Ota And That Successfully Complete A Prototype Project Under This Special Topic. project Description – Background accelerated And Automated Visual Verification (a2v2) Will Provide Critical Visual Information From The Edge To Decision Makers During The Targeting Process. Aal Is Seeking A Real-time Solution That Can Extract The Most Critical Information From Video Feeds And Transmit The Compressed Imagery, Along With Relevant Targeting Information, To Command Centers. The Solution Should Improve Bandwidth Usage And Reduce The Size Of Transmitted Data. currently, Real-time Video Of Potential Targets Is Primarily Captured By Uncrewed Air And Ground Systems And Resides Locally At Their Respective Ground Control Station. Transmission Of Real-time Video Data From One Or Several Platforms To A Command And Control Platform Requires A Significant Amount Of Bandwidth That Is Not Available In A Complex, Contested Environment. As A Result, Response Time Of Targeting Missions Is Delayed Due To A Lack Of Real-time, Prioritized Data. real-time Data In Contested Environments Greatly Benefits The Operator By Ensuring Timely And Accurate Situational Awareness, Reducing Decision-making Delays, And Mitigating The Risks Of Target Misidentification And Fratricide. Leveraging Ai-driven Target Recognition And Adaptive Data Prioritization Enables Visual Intelligence To Be Transmitted Efficiently. As A Result, Operators Can Rapidly Assess Threats, Coordinate Precision Strikes, And Maintain Operational Effectiveness, Ensuring Mission Success And Force Survivability In Highly Contested Environments. performanceobjectives For Accelerated And Automated Video Verification: video Input And Processing accept Real-time Video From Standard Military Sources (e.g., Hdmi, Sdi) encode And Process Video In Real-time Using Onboard Gpu Or Embedded Computer support Both Visible And Infrared Video Streams object Detection And Classification accurately Detect And Classify Ground Targets In An Operational Environment allow Manual Input For End User(s) To Classify Objects target Prioritization allow Operators To Specify A Target Prioritization List prioritize Targets Based On The Target Prioritization List transmit Targets By Priority visually Differentiate Between Different Priority Targets video Verification transmit Images And/or Video Of Target For Visual Verification transmit Only Necessary Imagery For Visual Verification To Limit Bandwidth Usage network And Communications support Tactical Assault Kit (tak) Interface support For Tactical Radio Or Lte/5g Backhaul With Minimal Bandwidth Consumption ability To Push Data Over Variable Quality Links Using Efficient Data Formats form Factor And Deployment portable, Ruggedized Hardware Suitable For Austere Environments power Via Battery Or Standard Tactical Vehicle Power Systems role-based Encryption Or Data Access Control simultaneous Video Streaming And Object Detection optional Capabilities mountable To Drones, Tripods, Vehicles, Or Fixed Surveillance Positions output Position Location Information (pli) Using Tak Cursor On Target (cot) Format scope Of The Call this Special Notice Invites White Papers On The Topic Of “accelerated And Automated Visual Verification”, As Part Of The Army Applications Laboratory Baa For Disruptive Applications. a Limited Number Of Entities That Submit White Papers May Be Selected To Submit A Full Proposal After Undergoing A White Paper Review By Army Officials. the Solution May Be Applicable To Various Military Applications, And It Is Not Known At This Time What The Quantities Or Dollar Values Will Be, Or Which Exact Program Office Or Agency May Produce Any Follow-on Product. white Papers Should Be For Cutting-edge Innovations That Could Produce Discoveries With The Potential For Significant Impacts To Enable New And Improved Army Capabilitiesregardingthe Transport Of High Bandwidth Data. research Themes proposals Should Relate To One Or More Of The Following Themes: full Motion Video aided Target Recognition data Prioritization data Size Reduction low-bandwidth Data Dissemination data Analytics At The Near-edge application Process eligibility: Applications For This Call Will Follow The Eligibility Requirements Of The Army Applications Laboratory Baa. Should You Require Clarity Regarding The Eligibility Of A Particular Institute, Please Send A Request To One Of The Contacts Detailed In Section 8. number Of Awards: The Government Anticipates Awarding One Or More Award Vehicles As Described Above. duration Of Award: The Government Anticipates A 6 To 18-month Period Of Performance. funding: Funding Will Be Commensurate With The Agreed Upon Scope Of Work For This Effort. The Government Anticipates Making Award(s) With An Estimated Total Of $1,500,000.00 Across All Awards Combined. The Government Reserves The Right To Make More Or Less Than The Anticipated Awards Depending On Evaluation Results. The Government Also Reserves The Right To Exceed The $1,500,000.00 Topic Total And/or Provide Supplemental Funding During Award If It Is In The Government’s Best Interest. evaluators: Government Employees That Are Subject Matter Experts In The Topic Area. closing Date: See Announcement Details how To Apply: White Papers Must Be Submitted By The Announdement Deadline, Via Email To: A2v2@aal.mil. Please Send With The Subject Line: “a2v2 Special Notice” queries Relating To The Technical, Management, Contractual, And Submission Aspects Of The Call Should Be Addressed To Those Individuals Identified In Section 8 And Submitted No Later Than 13 May 2025. Following Evaluation, A Select Number Of Companies Will Be Invited To Submit A Full Proposal. security: Classified Information May Not Be Submitted Through The Normal Submission Process Identified Above. Any Classified Information Must Be Coordinated With Pocs Listed Below. evaluation Criteria whitepapers Will Be Evaluated For The Concept's Scientific Merit And Potential Contributions Of The Effort To The Army Mission. Applicants Whose Whitepapers Are Most Highly Evaluated Based On This Criteria May Be Invited To Submit A Proposal. The Government May Provide White Paper Feedback To Those Entities Invited To Submit A Full Proposal But Is Not Required To Do So. If Feedback Is Provided, It Will Be Provided To Each Entity Invited To Submit A Full Proposal. proposals Will Be Evaluated Under The Evaluation Criteria Of The Aal Baa. Required Documentation Is Outlined In The Baa Document. The Following Areas Will Be Used During Evaluation: the Overall Scientific And/or Technical Merits Of The Proposal And An Assessment Of Risk Versus Potential Impact Of The Technology. the Potential Contributions Of The Effort To The Army Mission. cost Realism And Reasonableness. teaming Arrangements And Methodologies For Creating And Modifying Teaming Arrangements With Other Organizations. availability Of Government Funds To Complete Vendors’ Proposed R&d Activities And The Likelihood Of Government Funding Being Available For Future Procurement And Fielding. the Applicant's Capabilities, Related Experience, Facilities, Techniques, Or Unique Combinations Of These, Which Are Integral Factors For Achieving The Proposed Objectives. the Qualifications, Capabilities, And Experience Of The Proposed Principal Investigator, Team Leader, Or Other Key Personnel Who Are Critical To Achievement Of The Proposed Objectives. the Applicant's Record Of Past Performance. review white Papers Will Be Reviewed By The Government Evaluators. Companies Whose White Papers Receive The Best Evaluations Will Be Invited To Submit A Full Proposal. key Dates activitydate technical Questions Due Date 13 May 2025 anticipated Notification Of Selection To Submit A Proposal 5 June 2025 anticipated Contract(s) Start Date tbd September 2025 references tak Integration, Https://tak.gov/ https://aal.army/assets/files/pdf/baa-published-announcement.pdf contacts below Is A List Of Contact Information For Additional Information Related To The Call For Proposals. submission Questions: maj Rickey Royal, Army Applications Laboratory (rickey.b.royal.mil@army.mil) technical Questions: molly Thomson, Army Applications Laboratory (molly.r.thomson.civ@army.mil) contracting Questions: rodolfo Estrada, Research Triangle Park (rodolfo.estrada6.civ@army.mil)
The City Government Of Baguio Tender
Machinery and Tools
Philippines
Closing Date28 Mar 2025
Tender AmountPHP 813 K (USD 14.2 K)
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2025-50 Bidding March 11, 2025 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Various Power Tools 813,095.00 1 Unit Bench Grinder - Rated Input Power: 600 W Grinding Wheel Diameter: 200 Mm Grinding Wheel Widths: 25 Mm No-load Speed: 3600 Rpm Grinding Wheel Bore: 32 Mm Weight: 15 Kg Grit: 24, 60 Sound Pressure Level: 70 Db(a) Sound Power Level: 80 Db(a) Uncertainty K: 3 Db - 1 Unit Bench Vise - Make: Robust Cast Steel Jaw: Duly Hardened And Knurled Jaw Base: 360° Swivel Base Body: Equipped With Anvil And Pipe Jaw Finish: Quality Wrinkle Green Paint Jaw Width: 154 Mm Jaw Opening: 150 Mm Throat Depth: 75 Mm Pipe Capacity: 13 – 50 Mm - 2 Unit Chainsaw 24 Inches - Bar Length: 24 Inches, Engine: Gasoline, Displacement: 72.2 Cubic Cm, Power Output: 3.9kw, Speed Maximum: 12,500 Rpm, Speed Idle: 2,800 Rpm, Weight: 6.2kg, Power To Weight Ratio: 1.6 Kg/ Kw, Sound Pressure Level: 105db, Sound Power Level: 118db, Vibration Level Left/right: 5.4m/ Square Second, Saw Chain Type: 3/8 Inch; Saw Chain Pitch: Rm - 2 Unit Concrete Cutter - Engine Type: Air Cooled, 4 Cycle Single Cylinder, Side Valve, Gasoline; Displacement: 273 Cubic Cm; Starting System: Recoil Starter; Power: 7.5 Hp; Blade (max): 400mm; Max Cutting Depth: 120mm; Water Tank Capacity: 30l; Operation Weight: 120kg - 3 Unit Concrete Vibrator - Engine Type Air Cooled , 4 Cycle Single Cylinder, Side Valve, Gasoline Displacement 183 Cubic Cm Starting System Recoil Starter Power 5 Hp Vibration Head 38 X 470 Mm Coupling Type Pin Vibration Per Minute 9800 – 12000 Shaft Rotate Speed 3000 Rpm Amplitude 1.2 Mm Flexible Shaft 6 M Weight 18 Kg Fuel Tank Capacity 3.8 L Continuous Running Time 3.5 Hours Net Weight 22 Kg - 3 Units X 25,000 - 2 Unit Cordless Drill - Battery Voltage: 18v Torque (soft/hard/max.): 36/64/- Nm No-load Speed (1st Gear / 2nd Gear): 0 – 630 Rpm/ 0 – 2100 Rpm Max. Drilling Diameter In Wood: 68mm Total Vibration Values (drilling In Metal) Vibration Emission Value Ah: 1.6 M/s² Uncertainty K: 1.5 M/s² Noise/vibration Information Sound Pressure Level: 88 Db(a) Sound Power Level: 77 Db(a) Uncertainty K: 5 Db Drilling In Metal Vibration Emission Value Ah: 1.6 M/s² Uncertainty K: 1.5 M/s² Battery Included: 1 Pc Quick Charger Included: 1 Pc 3 Lot Cordless Impact Wrench - Voltage 18 V Weight Excluding Battery 1.25 Kg Torque, Max 400 Nm No-load Speed 0 – 2800 Rpm Tool Holder ½ Inch Square Impact Rate 0 - 3600 Bpm Batteries Included 2 Pc X 2.0 Ah Quick Charger Included 1 Pc Torque: 180nm Socket Set Included: 1/2 Inch Dr. 6pt, 10-32mm Flank Impact Socket Set With Extension Bar - 2 Pair Cordless Reciprocating/saber Saw - Battery Voltage: 18.0 V Cutting Depth In Wood: 230 Mm Stroke Lengths: 28 Mm Weight Incl. Battery: 2.8 Kg Cutting Depth In Metal Profiles And Metal Pipes: 150 Mm Weight Excl. Battery: 3.2 Kg Stroke Rate (1st Gear / 2nd Gear) 2,900 Spm Total Vibration Values (sawing Wood): Vibration Emission Value Ah: 23.1 M/s² Uncertainty K: 1.5 M/s² Sawing Wood: Vibration Emission Value Ah: 23.1 M/s² Uncertainty K: 1.5 M/s² Blade For Metal: 2 Pc Blade For Wood: 2 Pc Battery Included: 2 Pc Quick Charger Included: 1 Pc - 5 Piece Drone Battery - Flight Battery Has A Capacity Of Up To 59.29 Wh, And Provides A Maximum Flight Time Of 31 Minutes. With A Built-in Dji Intelligent Battery Management System, Battery Status Is Monitored And Reported In Real-time, Allowing You To Focus Less On Your Power Levels And More On Having An Epic Flight. Highlights High-capacity Lipo Cells 31 Minutes Of Flight Time Multiple Intelligent Battery Protection Features Specifications Battery Type: Four-cell Lipo Battery Rated Capacity: 3850 Mah, 59.29 Wh (typical Value) Rated Voltage: 15.4 V Limited Charge Voltage: 17.6 V Charge Temperature: -10-60℃ Discharge Temperature: 5-40℃ For Mavic 2 Pro/zoom From Dji (extra Battery) - 1 Unit Electric Auto Battery Charger - Main Voltage 220 V Frequency 50 To 60 Hz Charge Voltage 12/ 24 V Input Power 2.0 Kw Effective Current 90a Average Current 70a Input Power 10 W Effective Current 570a Average Current 360a Size 62 X 41.5 X 34 Cm Weight 28kg Trolley Wheels Included - 3 Unit Electric Jack Hammer - Electric Jack Hammer 1650 W Rated Input Power: 45j Impact Energy: 1400 Blows Per Minute Full Load Impact Rate: 14.8 Kg Net Weight: 71 X 30 X 17 Cm / 1 Pc /22kg Packing Detail: 66 X 29 Cm Machine Size: 70 X 28 X 16 Cm - 2 Unit Electric Planer - Continuous Rating Input: 750w Planing Width: 82 Mm (3-1/4″) Planing Depth: 3 Mm (1/8″) Max Ship Lapping: 20 Mm (3/4″) No Load Speed: 18,000 Rpm Vibration Level (planing Softwood): 2.5 M/s² Or Less Sound Pressure Level: 91 Db(a) Sound Power Level: 102 Db(a) Dimensions (l X W X H): 390x175x140 Mm Net Weight: 4.6 Kg Power Supply Cord: 2.0 M - 2 Unit Flare Tool For Water Service Line - Cts Tubing: Three-fourth Inch For High Pressure Hose Weight: 0.9 Kg - 4 Unit Grass Cutter 2-stroke - Engine Type 2- Stroke , Air Cooled , Single Cylinder Gasoline Gasoline / 2-cycle Oil Mixing Ratio 25:1 Displacement 40.2 Cc Power 1.25 Kw No Load Speed 7000 Rpm Shaft Length 145 Cm Shaft Diameter 28 Mm Carburetor Float – Type Net Weight 7.5 Kg - 2 Unit Handheld Circular Saw - Type: Plunge Cut Rated Input Power: 1300 Watts Saw Blade Diameter: 165 Mm Saw Blade Bore: 20 Mm No-load Speed: 6400 Rpm Weight: 4.1 Kg Dimensions: 341 X 225 X 250 Mm Max. Cutting Capacity In Wood (0°): 56 Mm Max. Cutting Capacity In Wood (45°): 40 Mm Guide Rail Inlcuded: 149 Inches - 2 Unit Jigsaw - Rated Input Power: 520 W Type: With Pendulum Action Sds Blade Change System Stroke Rate At No Load: 800 – 3,200 Spm Bevel Angle: Neg 45 To 45 ° Weight: 2.29 Kg Cutting Depth In Wood: 75 Mm Cutting Blade Included: 1 Pc - 1 Unit One-bagger Concrete Mixer - Capacity: One-bagger Engine Type: Air-cooled, 4-cycle Single Cylinder Side Value, Gasoline Displacement: 273 Ml Maximum Output: 5.5 Kw/2000 Rpm Direction Of Rotation: Counterclockwise Fuel Tank Capacity: 5.5liters Spark Plug: E6tc (bp6hs) Starting System: Recoil Starter Tires: Brand New - 3 Unit Portable Impact Drill - Rated Input Power: 500w Weight: 1.8 Kg Chuck Capacity, Min/max: 1.5 – 10 Mm No-load Speed, 1st Gear: 0 – 2,600 Rpm Drill Spindle Connecting Thread: 43 Tool Dimensions (width): 65.5mm Mm Tool Dimensions (length): 262mm Tool Dimensions (height): 253mm Impact Rate At No-load Speed: 0 – 41,600bpm Drilling Range In Masonry: 10mm Drilling Range In Concrete: 10mm Drilling Range In Wood: 20mm Drilling Range In Steel: 8mm Included Hand Tools Kit 1 Set Included Carrying Case: 1 Pc - 1 Unit Portable Water Pump - Power: 5.5 Hp Discharge Pipe Diameter: 50 Mm Pump Lift: 26 M Operation: 3600 Rpm Suction: 7 M Suction Pipe Diameter: 50 Mm Max Output: 4.8 Kw Flow Rate: 30 Cubic Meter Per Hour Continue Operation Time: 9 Hr Efficiency: 48% Mpsh: 4 M Dimension: 480x385x390 Cm Net Weight: 22 Kg Gross Weight: 24 Kg Included Suction Hose: 50 Mm X 6 M With Clamp Included Discharge Hose: 50 Mm X 100 M With Clamp - 2 Unit Ppr Pipe Fusion Machine - Capacity: 20 Mm To 63 Mm Included Ppr Cutter: 1 Pc - 2 Unit Random Orbital Sander - Rated Input Power: 250 W Sanding Pad Diameter: 125 Mm Orbit Diameter: 2.5 Mm Weight: 1.3 Kg No-load Speed: 7500 – 12000 Rpm Orbital Stroke Rate: 15000 – 24000 Opm Eccentricity: 1.25 Mm Sanding Sheet/ Disc Attachment: Hook-and-loop Fastening Included Sanding Sheet: 10 Pc - 2 Unit Router - No-load Speed: 11000 – 28000 Rpm Rated Input Power: 1300 W Bit Holder: 6 – 8.0 Mm Router Bit Diameter: 40 Mm Maximum Router Cage Stroke: 55 Mm Weight: 3.5 Kg Total Vibration Values (sanding Solid Wood) Vibration Emission Value Ah: 4 M/s² Uncertainty K: 1.5 M/s² Noise/vibration Information Sound Pressure Level: 86 Db(a) Sound Power Level: 97 Db(a) Uncertainty K: 3 Db Sanding Solid Wood Vibration Emission Value Ah: 4 M/s² Uncertainty K: 1.5 M/s² Included Router Bit: 15 Pc Mixed Bits - 1 Unit Wet And Dry Vacuum Cleaner/ Dust Extractor - Input Voltage: 200 – 60hz Motor Power: 1200w Vacuum Pressure: 17 Kpa Noise Level: 78 Db Tank Capacity: 20 L Tank Material: Plastic Blower Function: Equipped Basic Hose Set: 4 Pc Carbon Brush Extra: 1 Pair - Notes: A) This Is A Lot Bidding, Partial Bids Are Not Allowed B) Please Indicate Brands Of Offers And Attach Technical Brochures In The Eligibility And Technical Proposal. C) Indicate Unit Price Of Offer In The Financial Proposal. D) Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Sale Of Power Tools. E) For Use Of Ceo Under Various Pr No. 102. Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Office, 35 New Lucban Brgy., Baguio City. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, March 28, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Name Of Establishment Bidder's Signature
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: This Amendment Is To Extend The Response Date And Time To 28 February 2025 At 10:00 A.m. Hst. ************************************************************ this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using Simplified Acquisition Procedures Under The Test Program For Commercial Items Found At Far Part 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted On Both Sam.gov And Neco (https://www.neco.navy.mil/). the Rfq Number Is N0060425q4022. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And Dfars Publication Notice 20250117. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.acquisition.gov/far/ And Http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The Naics Code Is 517111 And The Small Business Standard Is 1,500. The Small Business Office Concurs With The Set-aside Decision. the Proposed Contract Action Is For Commercial Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 13.106-1(b)(1)(i). interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Bids, Proposals, Or Quotations Received By The Closing Response Date Will Be Considered By The Government. a Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. the Navsup Flcph Regional Contracting Department Requests Responses From Qualified Sources Capable Of Providing Hard-wired Multi-channel Video Cable Tv And High-speed Internet Services For Commander, Navy Region Hawaii (cnrh) Located On Joint Base Pearl Harbor Hickam (jbphh) In Accordance With Performance Work Statement (pws) And Its Attachments. clin 0001 Cable And Internet Services In Accordance With The Pws And Its Attachments. period Of Performance Is 01 March 2025 To 28 February 2026. delivery Location See Attachment 2 Cnrh Locations. responsibility And Inspection: Unless Otherwise Specified In The Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control. attachment 1 Performance Work Statement attachment 2 Requirements List attachment 3 J And A Justification Redacted attachment 4 - 52.212-3 Alt 1 Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) And 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) a Complete Quote In Response To This Combined Synopsis/solicitation Must Include Either A Completed Attachment 2 - Requirements List Or A Quote With The Appropriate Taxes And Fees Applied, Completed Attachment 4 (only If Your Reps And Certs Are Not Current In Sam). the Following Far Provision And Clauses Are Applicable To This Procurement: 52.204-7 system For Award Management nov 2024 52.204-10 reporting Executive Compensation And First-tier Subcontract Awards jun 2020 52.204-13 system For Award Management Maintenance oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.204-17 ownership Or Control Of Offeror aug 2020 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.204-20 predecessor Of Offeror aug 2020 52.204-21 basic Safeguarding Of Covered Contractor Information Systems nov 2021 52.204-23 prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities dec 2023 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment nov 2021 52.204-25 prohibition Of Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment nov 2021 52.204-26 covered Telecommunications Equipment Or Services--representation oct 2020 52.204-27 prohibition On A Bytedance Covered Application jun 2023 52.209-6 protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment jan 2025 52.209-10 prohibition On Contracting With Inverted Domestic Corporations nov 2015 52.212-1 instructions To Offerors-commercial Products And Commercial Services sep 2023 52.212-3 offeror Representations And Certifications-commercial Products And Commercial Services--alternate I feb 2024 52.212-4 contract Terms And Conditions-commercial Products And Commercial Services nov 2023 52.212-5 contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services jan 2025 52.219-28 post-award Small Business Program Rerepresentation jan 2025 52.222-3 convict Labor june 2003 52.222-21 prohibition Of Segregated Facilities apr 2015 52.222-22 previous Contracts And Compliance Reports feb 1999 52.222-25 affirmative Action Compliance apr 1984 52.222-26 equal Opportunity sep 2016 52.222-36 equal Opportunity For Workers With Disabilities jun 2020 52.222-50 combating Trafficking In Persons nov 2021 52.226-8 encouraging Contractor Policies To Ban Text Messaging While Driving may 2024 52.232-33 payment By Electronic Funds Transfer-system For Award Management oct 2018 52.232-39 unenforceability Of Unauthorized Obligations jun 2013 52.232-40 providing Accelerated Payments To Small Business Subcontractors mar 2023 52.233-3 protest After Award aug 1996 52.233-4 applicable Law For Breach Of Contract Claim oct 2004 52.240-1 prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities nov 2024 additional Contract Terms And Conditions Applicable To This Procurement Are: 252.203-7000 requirements Relating To Compensation Of Former Dod Officials sep 2011 252.203-7002 requirement To Inform Employees Of Whistleblower Rights dec 2022 252.203-7005 representation Relating To Compensation Of Former Dod Officials sep 2022 252.204-7003 control Of Government Personnel Work Product apr 1992 252.204-7015 notice Of Authorized Disclosure Of Information For Litigation Support jan 2023 252.204-7016 covered Defense Telecommunications Equipment Or Services--representation dec 2019 252.204-7017 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation may 2021 252.204-7018 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services jan 2023 252.204-7019 notice Of Nist Sp 800-171 Dod Assessment Requirements nov 2023 252.204-7020 nist Sp 800-171 Dod Assessment Requirements nov 2023 252.204-7022 expediting Contract Closeout may 2021 252.204-7024 notice On The Use Of The Supplier Performance Risk System mar 2023 252.223-7008 prohibition Of Hexavalent Chromium jan 2023 252.225-7012 preference For Certain Domestic Commodities apr 2022 252.225-7048 export-controlled Items jun 2013 252.225-7055 representation Regarding Business Operations With The Maduro Regime may 2022 252.225-7056 prohibition Regarding Business Operations With The Maduro Regime jan 2023 252.225-7059 prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region-representation jun 2023 252.225-7060 prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region jun 2023 252.232-7003 electronic Submission Of Payment Requests And Receiving Reports dec 2018 252.232-7006 wide Area Workflow Payment Instructions jan 2023 252.232-7010 levies On Contract Payments dec 2006 252.237-7010 prohibition On Interrogation Of Detainees By Contractor Personnel jan 2023 252.239-7009 representation Of Use Of Cloud Computing sep 2015 252.239-7010 cloud Computing Services jan 2023 252.244-7000 subcontracts For Commercial Products Or Commercial Services nov 2023 252.246-7008 sources Of Electronic Parts jan 2023 252.247-7023 transportation Of Supplies By Sea--basic oct 2024 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998) this Solicitation Incorporates One Or More Solicitation Provisions By Reference, With The Same Force And Effect As If They Were Given In Full Text. upon Request, The Contracting Officer Will Make Their Full Text Available. The Offeror Is Cautioned That The Listed Provisions May Include Blocks That Must Be Completed By The Offeror And Submitted With Its Quotation Or Offer. In Lieu Of Submitting The Full Text Of Those Provisions, The Offeror May Identify The Provision By Paragraph Identifier And Provide The Appropriate Information With Its Quotation Or Offer. Also, The Full Text Of A Solicitation Provision May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (end Of Provision) 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): https://www.acquisition.gov/browse/index/far https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html (end Of Clause) 52.252-5 Authorized Deviations In Provisions (nov 2020) (a) The Use In This Solicitation Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Provision With An Authorized Deviation Is Indicated By The Addition Of (deviation) After The Date Of The Provision. (b) The Use In This Solicitation Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Provision With An Authorized Deviation Is Indicated By The Addition Of (deviation) After The Name Of The Regulation. (end Of Clause) 52.252-6 Authorized Deviations In Clauses (nov 2020) (a) The Use In This Solicitation Or Contract Of Any Federal Acquisition Regulation (48 Cfr Chapter 1) Clause With An Authorized Deviation Is Indicated By The Addition Of (deviation) After The Date Of The Clause. (b) The Use In This Solicitation Or Contract Of Any Defense Federal Acquisition Regulation Supplement (48 Cfr Chapter 2) Clause With An Authorized Deviation Is Indicated By The Addition Of (deviation) After The Name Of The Regulation. (end Of Clause) questions Regarding The Solicitation: Questions Shall Be Submitted Electronically To Dana.a.anderson2.civ@us.navy.mil. oral Queries Will Not Be Accepted. Emails Sent To This Address Shall Clearly Reference The Rfq N0060425q4022 On The Subject Line. Other Methods Of Submitting Questions Will Not Be Acknowledged Or Addressed. Questions May Be Submitted At Any Day And Time, But No Later Than 12:00 Pm Hst (hawaii Standard Time) On 25 February 2025. Questions Submitted After This Date And Time May Not Be Accepted. Since The Submittal Of Questions May Result In Amendments To The Rfq, It Is Imperative That Questions Be Submitted As Soon As Possible. this Announcement Will Close At 10:00 Am Hst On 28 February 2025. Contact Dana Anderson Who Can Be Reached At Email Dana.a.anderson2.civ@us.navy.mil. A Determination By The Government To Not Compete This Proposed Effort On A Full And Open Competitive Basis, Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. oral Communications Are Not Acceptable In Response To This Notice. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency. evaluation Criteria: Procedures In Far 13.106 Are Applicable To This Procurement. Award Decision Will Be Based On A Combination Of Price And A Determination Of Responsibility. price: Quoters Shall Submit A Price For Each Item Listed In This Notice. In Determining Whether A Price Is Fair And Reasonable, The Government May Use Historical Data, Independent Government Estimates In Its Price Analysis, Or Any Other Technique Permissible By Far 13.106-3 And Far 15.404-1(b). technical: The Quoters Technical Acceptability Will Be Evaluated Against The Requirements In The Performance Work Statement. The Submittal Of A Quote Will Mean That The Quoter Does Not Take Any Exceptions To The Performance Work Statement Requirements. responsibility Determination: To Be Eligible For Award Of A Purchase Order Hereunder, The Quoter Must Be Determined By The Contracting Officer To Be A Responsible Prospective Quoter In Accordance With Far 9.1. the Government May Utilize A Combination Of Various Government Database Repositories Used To Determine That A Contractor Is Responsible. Such Sources Include But Are Not Limited To The Following: Sam, Past Performance Information Retrieval System (ppirs), Contractor Performance Assessment Reporting System (cpars), And/or The Supplier Performance Risk System (sprs) issuance Of A Purchase Order. the Government Intends To Evaluate Quotations And Issue A Purchase Order Based Upon Initial Quotations Received. Therefore, The Quoters Initial Quotation Should Contain The Quoters Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Request Revised Quotations From, Or Negotiate Final Purchase Order Terms With Quoters If It Is Later Determined By The Contracting Officer To Be Necessary. However, The Contracting Officer Will Not Establish A Competitive Range, Conduct Discussions, Or Otherwise Utilize The Formal Source Selection Procedures Described At Far Part 15. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Issue A Purchase Order To Other Than The Quoter With The Lowest Price; And Waive Informalities And Minor Irregularities In Quotations Received. it Is The Quoters Responsibility To Ensure That There Are No Discrepancies Presented Within The Information Contained In Its Quote. Potential Quoters Are Hereby Notified That In The Event There Are Discrepancies Within Information In A Quote Received By The Government, Or In Comparison To Government Information Provided In The Solicitation, The Government Reserves The Right To Apply Its Judgment To Resolve Such Discrepancies During The Evaluation Of The Quotes Without Conducting Discussions. sam: Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/. all Quotes Shall Include Price(s), Fob Point, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size, And Payment Terms. quoters Are Advised That Delays Can Be Experienced With The Governments Email System. Additionally, The Email System Capacity For Each Email Is 10 Mb. Emails Greater Than 10 Mb Will Not Be Delivered And Consequently Will Not Be Considered. Therefore, Quotations Exceeding The Size Limit Must Be Sent Via Multiple Emails. Zip Files Are Not Accepted. Quotes Will Not Be Accepted By Facsimile. Oral Quotes Will Not Be Accepted. Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements. ******* End Of Combined Synopsis/solicitation ********
The City Government Of Baguio Tender
Machinery and Tools
Philippines
Closing Date11 Apr 2025
Tender AmountPHP 813 K (USD 14.2 K)
Details: Description Republic Of The Philippines Bids And Awards Committee Baguio City (074) 300-6537/ (074)442-8795 Bid Form Cp No. 2025-50 Rebidding March 31, 2025 Circular Proposal No. Date Prepared The City Government Of Baguio, Through Its Bids And Awards Committee Desires To Purchase The Articles Listed Below Thirty (30) Calendar Days Upon Receipt Of Contract Award. Item Qty Unit Particulars Abc (php) Unit Price Total (php) 1 1 Lot Various Power Tools 813,095.00 1 Unit Bench Grinder - Rated Input Power: 600 W Grinding Wheel Diameter: 200 Mm Grinding Wheel Widths: 25 Mm No-load Speed: 3600 Rpm Grinding Wheel Bore: 32 Mm Weight: 15 Kg Grit: 24, 60 Sound Pressure Level: 70 Db(a) Sound Power Level: 80 Db(a) Uncertainty K: 3 Db - 1 Unit Bench Vise - Make: Robust Cast Steel Jaw: Duly Hardened And Knurled Jaw Base: 360° Swivel Base Body: Equipped With Anvil And Pipe Jaw Finish: Quality Wrinkle Green Paint Jaw Width: 154 Mm Jaw Opening: 150 Mm Throat Depth: 75 Mm Pipe Capacity: 13 – 50 Mm - 2 Unit Chainsaw 24 Inches - Bar Length: 24 Inches, Engine: Gasoline, Displacement: 72.2 Cubic Cm, Power Output: 3.9kw, Speed Maximum: 12,500 Rpm, Speed Idle: 2,800 Rpm, Weight: 6.2kg, Power To Weight Ratio: 1.6 Kg/ Kw, Sound Pressure Level: 105db, Sound Power Level: 118db, Vibration Level Left/right: 5.4m/ Square Second, Saw Chain Type: 3/8 Inch; Saw Chain Pitch: Rm - 2 Unit Concrete Cutter - Engine Type: Air Cooled, 4 Cycle Single Cylinder, Side Valve, Gasoline; Displacement: 273 Cubic Cm; Starting System: Recoil Starter; Power: 7.5 Hp; Blade (max): 400mm; Max Cutting Depth: 120mm; Water Tank Capacity: 30l; Operation Weight: 120kg - 3 Unit Concrete Vibrator - Engine Type Air Cooled , 4 Cycle Single Cylinder, Side Valve, Gasoline Displacement 183 Cubic Cm Starting System Recoil Starter Power 5 Hp Vibration Head 38 X 470 Mm Coupling Type Pin Vibration Per Minute 9800 – 12000 Shaft Rotate Speed 3000 Rpm Amplitude 1.2 Mm Flexible Shaft 6 M Weight 18 Kg Fuel Tank Capacity 3.8 L Continuous Running Time 3.5 Hours Net Weight 22 Kg - 3 Units X 25,000 - 2 Unit Cordless Drill - Battery Voltage: 18v Torque (soft/hard/max.): 36/64/- Nm No-load Speed (1st Gear / 2nd Gear): 0 – 630 Rpm/ 0 – 2100 Rpm Max. Drilling Diameter In Wood: 68mm Total Vibration Values (drilling In Metal) Vibration Emission Value Ah: 1.6 M/s² Uncertainty K: 1.5 M/s² Noise/vibration Information Sound Pressure Level: 88 Db(a) Sound Power Level: 77 Db(a) Uncertainty K: 5 Db Drilling In Metal Vibration Emission Value Ah: 1.6 M/s² Uncertainty K: 1.5 M/s² Battery Included: 1 Pc Quick Charger Included: 1 Pc 3 Lot Cordless Impact Wrench - Voltage 18 V Weight Excluding Battery 1.25 Kg Torque, Max 400 Nm No-load Speed 0 – 2800 Rpm Tool Holder ½ Inch Square Impact Rate 0 - 3600 Bpm Batteries Included 2 Pc X 2.0 Ah Quick Charger Included 1 Pc Torque: 180nm Socket Set Included: 1/2 Inch Dr. 6pt, 10-32mm Flank Impact Socket Set With Extension Bar - 2 Pair Cordless Reciprocating/saber Saw - Battery Voltage: 18.0 V Cutting Depth In Wood: 230 Mm Stroke Lengths: 28 Mm Weight Incl. Battery: 2.8 Kg Cutting Depth In Metal Profiles And Metal Pipes: 150 Mm Weight Excl. Battery: 3.2 Kg Stroke Rate (1st Gear / 2nd Gear) 2,900 Spm Total Vibration Values (sawing Wood): Vibration Emission Value Ah: 23.1 M/s² Uncertainty K: 1.5 M/s² Sawing Wood: Vibration Emission Value Ah: 23.1 M/s² Uncertainty K: 1.5 M/s² Blade For Metal: 2 Pc Blade For Wood: 2 Pc Battery Included: 2 Pc Quick Charger Included: 1 Pc - 5 Piece Drone Battery - Flight Battery Has A Capacity Of Up To 59.29 Wh, And Provides A Maximum Flight Time Of 31 Minutes. With A Built-in Dji Intelligent Battery Management System, Battery Status Is Monitored And Reported In Real-time, Allowing You To Focus Less On Your Power Levels And More On Having An Epic Flight. Highlights High-capacity Lipo Cells 31 Minutes Of Flight Time Multiple Intelligent Battery Protection Features Specifications Battery Type: Four-cell Lipo Battery Rated Capacity: 3850 Mah, 59.29 Wh (typical Value) Rated Voltage: 15.4 V Limited Charge Voltage: 17.6 V Charge Temperature: -10-60℃ Discharge Temperature: 5-40℃ For Mavic 2 Pro/zoom From Dji (extra Battery) - 1 Unit Electric Auto Battery Charger - Main Voltage 220 V Frequency 50 To 60 Hz Charge Voltage 12/ 24 V Input Power 2.0 Kw Effective Current 90a Average Current 70a Input Power 10 W Effective Current 570a Average Current 360a Size 62 X 41.5 X 34 Cm Weight 28kg Trolley Wheels Included - 3 Unit Electric Jack Hammer - Electric Jack Hammer 1650 W Rated Input Power: 45j Impact Energy: 1400 Blows Per Minute Full Load Impact Rate: 14.8 Kg Net Weight: 71 X 30 X 17 Cm / 1 Pc /22kg Packing Detail: 66 X 29 Cm Machine Size: 70 X 28 X 16 Cm - 2 Unit Electric Planer - Continuous Rating Input: 750w Planing Width: 82 Mm (3-1/4″) Planing Depth: 3 Mm (1/8″) Max Ship Lapping: 20 Mm (3/4″) No Load Speed: 18,000 Rpm Vibration Level (planing Softwood): 2.5 M/s² Or Less Sound Pressure Level: 91 Db(a) Sound Power Level: 102 Db(a) Dimensions (l X W X H): 390x175x140 Mm Net Weight: 4.6 Kg Power Supply Cord: 2.0 M - 2 Unit Flare Tool For Water Service Line - Cts Tubing: Three-fourth Inch For High Pressure Hose Weight: 0.9 Kg - 4 Unit Grass Cutter 2-stroke - Engine Type 2- Stroke , Air Cooled , Single Cylinder Gasoline Gasoline / 2-cycle Oil Mixing Ratio 25:1 Displacement 40.2 Cc Power 1.25 Kw No Load Speed 7000 Rpm Shaft Length 145 Cm Shaft Diameter 28 Mm Carburetor Float – Type Net Weight 7.5 Kg - 2 Unit Handheld Circular Saw - Type: Plunge Cut Rated Input Power: 1300 Watts Saw Blade Diameter: 165 Mm Saw Blade Bore: 20 Mm No-load Speed: 6400 Rpm Weight: 4.1 Kg Dimensions: 341 X 225 X 250 Mm Max. Cutting Capacity In Wood (0°): 56 Mm Max. Cutting Capacity In Wood (45°): 40 Mm Guide Rail Inlcuded: 149 Inches - 2 Unit Jigsaw - Rated Input Power: 520 W Type: With Pendulum Action Sds Blade Change System Stroke Rate At No Load: 800 – 3,200 Spm Bevel Angle: Neg 45 To 45 ° Weight: 2.29 Kg Cutting Depth In Wood: 75 Mm Cutting Blade Included: 1 Pc - 1 Unit One-bagger Concrete Mixer - Capacity: One-bagger Engine Type: Air-cooled, 4-cycle Single Cylinder Side Value, Gasoline Displacement: 273 Ml Maximum Output: 5.5 Kw/2000 Rpm Direction Of Rotation: Counterclockwise Fuel Tank Capacity: 5.5liters Spark Plug: E6tc (bp6hs) Starting System: Recoil Starter Tires: Brand New - 3 Unit Portable Impact Drill - Rated Input Power: 500w Weight: 1.8 Kg Chuck Capacity, Min/max: 1.5 – 10 Mm No-load Speed, 1st Gear: 0 – 2,600 Rpm Drill Spindle Connecting Thread: 43 Tool Dimensions (width): 65.5mm Mm Tool Dimensions (length): 262mm Tool Dimensions (height): 253mm Impact Rate At No-load Speed: 0 – 41,600bpm Drilling Range In Masonry: 10mm Drilling Range In Concrete: 10mm Drilling Range In Wood: 20mm Drilling Range In Steel: 8mm Included Hand Tools Kit 1 Set Included Carrying Case: 1 Pc - 1 Unit Portable Water Pump - Power: 5.5 Hp Discharge Pipe Diameter: 50 Mm Pump Lift: 26 M Operation: 3600 Rpm Suction: 7 M Suction Pipe Diameter: 50 Mm Max Output: 4.8 Kw Flow Rate: 30 Cubic Meter Per Hour Continue Operation Time: 9 Hr Efficiency: 48% Mpsh: 4 M Dimension: 480x385x390 Cm Net Weight: 22 Kg Gross Weight: 24 Kg Included Suction Hose: 50 Mm X 6 M With Clamp Included Discharge Hose: 50 Mm X 100 M With Clamp - 2 Unit Ppr Pipe Fusion Machine - Capacity: 20 Mm To 63 Mm Included Ppr Cutter: 1 Pc - 2 Unit Random Orbital Sander - Rated Input Power: 250 W Sanding Pad Diameter: 125 Mm Orbit Diameter: 2.5 Mm Weight: 1.3 Kg No-load Speed: 7500 – 12000 Rpm Orbital Stroke Rate: 15000 – 24000 Opm Eccentricity: 1.25 Mm Sanding Sheet/ Disc Attachment: Hook-and-loop Fastening Included Sanding Sheet: 10 Pc - 2 Unit Router - No-load Speed: 11000 – 28000 Rpm Rated Input Power: 1300 W Bit Holder: 6 – 8.0 Mm Router Bit Diameter: 40 Mm Maximum Router Cage Stroke: 55 Mm Weight: 3.5 Kg Total Vibration Values (sanding Solid Wood) Vibration Emission Value Ah: 4 M/s² Uncertainty K: 1.5 M/s² Noise/vibration Information Sound Pressure Level: 86 Db(a) Sound Power Level: 97 Db(a) Uncertainty K: 3 Db Sanding Solid Wood Vibration Emission Value Ah: 4 M/s² Uncertainty K: 1.5 M/s² Included Router Bit: 15 Pc Mixed Bits - 1 Unit Wet And Dry Vacuum Cleaner/ Dust Extractor - Input Voltage: 200 – 60hz Motor Power: 1200w Vacuum Pressure: 17 Kpa Noise Level: 78 Db Tank Capacity: 20 L Tank Material: Plastic Blower Function: Equipped Basic Hose Set: 4 Pc Carbon Brush Extra: 1 Pair - Notes: A) This Is A Lot Bidding, Partial Bids Are Not Allowed B) Please Indicate Brands Of Offers And Attach Technical Brochures In The Eligibility And Technical Proposal. C) Indicate Unit Price Of Offer In The Financial Proposal. D) Bidders Must Possess Valid Mayor's/business Permit With A Relevant Line Of Business In The Sale Of Power Tools. E) For Use Of Ceo Under Various Pr No. 102. Please Refer To Attached Bid Instruction For The Eligibility Requirements, Technical Proposal And Financial Proposal Format. Drop Your Documents In The Bidding Box Located At The City General Services Office, 35 New Lucban Brgy., Baguio City. The Opening Of Bids By The Bids And Awards Committee Shall Be At The Cdrrmc Bldg., Lower Rock Quarry Brgy., Baguio City, April 11, 2025 9:30 Am Coa Representative, Two (2) Observers From The Private Sector And Non-governmentagency As Well As Interested Bidders. Atty. Augustin P.laban Iii Chairperson, Bids & Awards Committee Please Read Conditions At The Back Hereof. Non-compliance Of Any Of The Provisions Thereof Will Invalidate One's Bid/quotation. Bidders Shall Fill The Blank Spaces Below. Respectfully Returned To The Bids And Awards Committee, Baguio, With The Prices Quoted. All Conditions Set At The Back Hereof Are Hereby Accepted. The Required Good Faith Deposit Is Hereby Enclosed In The Amount Of Php ______________________________________ In Cash, Check Or Surety Bond. My Business Is _________________________________________________ Which Is Licensed Under Business Permit No./ Mayor's Permit No.____________ Issued On ________________________________. My Nationality Is ________________________. Name Of Establishment Bidder's Signature
INDIAN HEALTH SERVICE USA Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Closing Date10 Apr 2025
Tender AmountRefer Documents
Details: Combined Synopsis/solicitation Template Iaw Far 12.603 this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included I This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. solicitation No. Ihs1509878 Is Issued As An Request For Quotation (rfq). the Solicitation Document Incorporates Provisions And Clauses That Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03, Effective January 17, 2025. the Solicitation Is A Indian Small Business Economic Enterprise Under North American Industry Classification System (naics) Code 333414 With An Associated Small Business Size Standard Of 500. schedule Of Items clin No. Description Quantity Rate Price Extended Price 1) Dxs45lasa46/50 (cross Reference # For Original Pt #) 364 49094 215 Compressor-1460 Lbs (new Unit) 1 Rate 2) Shipping 1 Rate total specifications Will Be Included As An Attachment. the Delivery Is 45 Days After Award Date. the Provision At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition. Addenda Are Included. 52.212-1 Instructions To Offerors – Commercial Products And Commercial Services (nov 2021). All Offers Must Include Information And Submitted At Or Before The Date And Time Specified In This Solicitation. 52.212-1(b) Submission Of Offers. email Offer Directly To The Contracting Officer For This Action Is: Whitney Shorty, Contract Specialist, 928-725-9806, Whitney.shorty@ihs.gov. Limit Offer Size To 6mb. All Questions Shall Be Submitted In Writing 5 Days Prior To Closing/response Date. To Be Considered For Award, Your Offer Shall Include The Following Documents Or It Will Be Non-responsive And Removed From Award Consideration: pricing: Complete And Sign Fee Schedule (attached). The Government Will Consider Competitive Rates Upon Negotiation. provide Your Quotation specifications: Products Must Meet The Specifications Requirements provide A Completed Ihs Iee Representation Form Attachment. the Provision At 52.212-2, Evaluation – Commercial Products And Commercial Services (nov 2021), Applies To This Acquisition. The Following Factors Shall Be Used To Evaluate Quotes: the Government Reserves The Right To Issue A Single Award Or Multiple Awards To Contractor(s) Whose Quote Represents The Best Value As Defined By Far 2.101. In Determining Best Value, Lowest Price Technically Acceptable, Price And Other Evaluation Factors Will Be Considered: Specification. The Evaluation Factors And Significant Sub Factors When Combined Are Significantly More Important Than Cost Or Price. The Socio-economic Status Of An Offer May Also Be Considered, Should One Or More Quotes Represent The Best Value. quoters Must Include With Its Quote A Completed Copy Of The Provision At 52.212-3 Offeror Representations And Certifications – Commercial Products And Commercial Services (may 2024)[deviation Feb 2025]. the Following Federal Acquisition Regulation Provisions Also Apply: 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment Oct 2020 52.211-6 Brand Name Or Equal Aug 1999 52.252-1 Solicitation Provisions Incorporated By Reference Www.acquisition.gov/browse/index/far, Www.acquisition.gov/hhsar Feb 1998 the Following Department Of Health And Human Services Acquisition Regulation Provisions Also Apply: 352.239-73 Electronic And Information Technology Accessibility Notice Dec 2015 352.223-71 Instruction To Offerors – Sustainable Acquisition Dec 2015 52.226-7 Indian Economic Enterprise Representation Mar 2022 (a) The Offeror Must Represent As Part Of Its Offer That It Does Meet The Definition Of Indian Economic Enterprise (iee) As Defined In Hhsar 326.601 And That It Intends To Meet The Definition Of An Iee Throughout The Performance Of The Contract. The Offeror Must Notify The Contracting Officer Immediately, Via Email, If There Is Any Ownership Change Affecting Compliance With This Representation. (b) The Representation Must Be Made On The Designated Ihs Indian Economic Enterprise Representation Form Or Any Successor Forms Through Which The Offeror Will Certify That The Ownership Requirements Defined By Hhsar 326.601 Are Met. (c) Any False Or Misleading Information Submitted By An Enterprise When Submitting An Offer In Consideration For An Award Set-aside Under The Buy Indian Act Is A Violation Of The Law Punishable Under 18 U.s.c. 1001. False Claims Submitted As Part Of Contract Performance Are Subject To The Penalties Enumerated In 31 U.s.c. 3729 To 3731 And 18 U.s.c. 287. (end Of Provision) the Clause At 52.212-4, Contract Terms And Conditions – Commercial Products And Commercial Services (may 2024), Applies To This Acquisition. Addenda Are Included. the Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services (jan 2025)[deviation Feb 2025], Applies To This Acquisition. The Following Additional Far Clauses Cited In The Clause Are Applicable To The Acquisition: clause No. Clause Name Clause Date 52.203-15 Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 Jun 2010 52.203-17 Contractor Employee Whistleblower Rights Nov 2023 52.204-27 Prohibition On A Bytedance Covered Application June 2023 52.209-6 Protecting The Governments Interest When Subcontracting With Contractors Debarred, Suspended, Proposed For Debarment, Or Voluntarily Excluded Jan 2025 52.219-28 Postaward Small Business Program Representation Jan 2025 52.222-3 Convict Labor Jun 2003 52.222-19 Child Labor – Cooperation With Authorities And Remedies Jan 2025 52.222-50 Combating Trafficking In Persons Nov 2021 52.225-1 Buy American Supplies Oct 2022 52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving May 2024 52.232-33 Payment By Electronic Funds Transfer-system For Award Management Oct 2018 52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities Nov 2024 the Following Federal Acquisition Regulation Clauses Also Apply: 52.204-13 System For Award Management Maintenance Oct 2018 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.237-2 Protection Of Government Building, Equipment, And Vegetation Apr 1984 52.252-2 Clauses Incorporated By Reference Www.acquisition.gov/browse/index/far, Www.acquisition.gov/hhsar feb 1998 the Following Department Of Health And Human Services Acquisition Regulation Clauses Incorporated By Reference Also Apply: 352.223-70 Safety And Health Dec 2015 352.224-71 Confidential Information Dec 2015 352.226-1 Indian Preference Dec 2015 352.237-74 Non-discrimination In Service Delivery Dec 2015 352.237-75 Key Personnel Dec 2015 352.226-4 Notice Of Indian Small Business Economic Enterprise Set-aside Mar 2022 under The Buy Indian Act, 25 U.s.c. 47, Offers Are Solicited Only From Indian Economic Enterprises (hhsar 326.606) That Are Also Small Business Concerns. Any Acquisition Resulting From This Solicitation Will Be From Such A Concern. As Required By Hhsar § 352.226-7(b), Offerors Shall Include A Completed Indian Economic Enterprise Representation Form In Response To Sources Sought Notices, Request For Information (rfi) And As Part Of The Proposal Submission. The Indian Economic Enterprise Representation Form, Available On The Ihs Dap Public Website ( Www.ihs.gov/dap ), Shall Be Included In Synopses, Presolicitation Notices, And Solicitations For The Acquisitions Under The Buy Indian Act. Offers Received From Enterprises That Are Not Both Indian Economic Enterprises And Small Business Concerns Will Not Be Considered And Will Be Rejected. (end Of Clause) 352.226-6 Indian Economic Enterprise Subcontracting Limitations Mar 2022 (a) Definitions As Used In This Clause. (1) Indian Economic Enterprise Means Any Business Activity Owned By One Or More Indians Or Indian Tribes That Is Established For The Purpose Of Profit Provided That: The Combined Indian Or Indian Tribe Ownership Must Constitute Not Less Than 51 Percent Of The Enterprise; The Indians Or Indian Tribes Must, Together, Receive At Least A Majority Of The Earnings From The Contract; And The Management And Daily Business Operations Of An Enterprise Must Be Controlled By One Or More Individuals Who Are Indians. To Ensure Actual Control Over The Enterprise, The Individuals Must Possess Requisite Management Or Technical Capabilities Directly Related To The Primary Industry In Which The Enterprise Conducts Business. The Enterprise Must Meet These Requirements Throughout The Following Time Periods: (i) At The Time An Offer Is Made In Response To A Written Solicitation; (ii) At The Time Of The Contract Award; And (iii) During The Full Term Of The Contract. (2) Subcontract Means Any Contract, As Defined In Far Subpart 2.1, Entered Into By A Subcontractor To Furnish Supplies Or Services For Performance Of The Prime Contractor Or Subcontractor. It Includes, But Is Not Limited To, Purchase Orders, And Changes And Modifications To Purchase Orders. (3) Subcontractor Means Any Supplier, Distributor, Vendor, Or Firm That Furnishes Supplies Or Services To Or For A Prime Contractor Or Another Subcontractor. (b) Required Percentages Of Work By The Concern. The Contractor Must Comply With Far 52.219-14, Limitations On Subcontracting Clause In Allocating What Percentage Of Work To Subcontract. The Contractor Shall Not Subcontract Work Exceeding The Subcontract Limitations In Far 52.219-14 To A Concern Other Than A Responsible Indian Economic Enterprise. (c) Any Work That An Iee Subcontractor Does Not Perform With Its Own Employee Shall Be Considered Subcontracted Work For The Purpose Of Calculating Percentages Of Subcontract Work In Accordance With Far 52.219-14 Limitations On Subcontracting. (d) Cooperation. The Contractor Must: (1) Carry Out The Requirements Of This Clause To The Fullest Extent; And (2) Cooperate In Any Study Or Survey That The Co, Indian Health Service Or Its Agents May Conduct To Verify The Contractor's Compliance With This Clause. (e) Incorporation In Subcontracts. The Contractor Must Incorporate The Substance Of This Clause, Including This Paragraph (e), In All Subcontracts For General Services, A&e Services And Construction Awarded Under This Contract. (end Of Clause) 352.232-71 Electronic Submission Of Payment Requests Feb 2022 (a)definitions. As Used In This Clause – payment Request Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. (b) Except As Provided In Paragraph (c) Of This Clause, The Contractor Shall Submit Payment Requests Electronically Using The Department Of Treasury Invoice Processing Platform (ipp) Or Successor System. Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (c) The Contractor May Submit Payment Requests Using Other Than Ipp Only When The Contracting Officer Authorizes Alternate Procedures In Writing In Accordance With Hhs Procedures. (d) If Alternate Payment Procedures Are Authorized, The Contractor Shall Include A Copy Of The Contracting Officer’s Written Authorization With Each Payment Request. (end Of Clause) the Following Local Indian Health Service, Gallup Service Unit Special Instructions Also Apply: naihs-acq-08 Contracting Officer’s Representative Aug 2022 (a) Definition. “contracting Officer’s Representative (cor)” Means An Individual Designated In By The Contracting Officer As Authorized Personnel Responsible For The Technical Aspects Of The Contract And Serves As Technical Liaison With The Contractor. The Cor Is Also Responsible For The Final Inspection And Acceptance Of All Deliverables And Such Other Responsibilities As May Be Specified In The Contract. (b) Per Far Subpart 1.602-2(d): The Contracting Officer (co) Determines That This Contract Requires A Contracting Officer Representative (cor).the Contracting Officer Representative (cor) Is: tbd At Time Of Award. (c) Upon Award, The Cor Will Receive A Copy Of The Written Designation, Specifying The Extent Of The Cor’s Authority On Behalf Of The Co. (d) Limitations. The Cor Is Not Authorized To Make Any Commitments Or Changes That Will Affect Price, Quality, Quantity, Delivery, Or Any Other Term Or Condition Of The Contract. Any Contractor Request For Changes Shall Be Referred To The Co Directly Or Through The Cor. No Such Changes Shall Be Made Without The Express Written Prior Authorization Of The Co. (end Of Clause) naihs-acq-09 Unauthorized Commitments Sep 2023 (a) Definitions. contracting Officer Means A Person With The Authority To Enter Into, Administer, And/or Terminate Contracts And Make Related Determination And Findings. ratification Means The Act Of Approving An Unauthorized Commitment By An Official Who Has The Authority To Do So. unauthorized Commitment (uac) Means An Agreement That Is Not Binding Solely Because The Government Representative Who Made It Lacked The Authority To Enter Into That Agreement On Behalf Of The Government. (b) Policy. the Government Is Not Bound By Agreements With, Or Contractual Commitments Made To, Prospective Contractors By Individuals Who Do Not Have Delegated Contracting Authority. Unauthorized Commitments Do Not Follow The Appropriate Process For The Expenditure Of Government Funds. Consequently, The Government May Not Be Able To Ratify Certain Actions, Putting A Contractor At Risk For Taking Direction From A Federal Official Other Than The Contracting Officer (see Far 1.602-1) Government Employees Responsible For Unauthorized Commitments Are Subject To Disciplinary Action. Contractors Perform At Their Own Risk When Accepting Direction From Unauthorized Officials. Failure To Follow Statutory And Regulatory Processes For The Expenditure Of Government Funds Is A Very Serious Matter. (c) Procedure. any Agreement, Modification, Or Change To A Contractual Agreement Made By A Government Personnel Who Lack Authority Will Be Deemed An Unauthorized Commitment. The Government Is Not Liable To The Contractor Or Under The Terms Of The Contract, Financially Or Otherwise – Unless The Unauthorized Commitment Successfully Passes The Ratification Process. the Ratification Process Does Not Have Any Lead Time, Nor Does The Government Make Any Promise That An Unauthorized Commitment Will Be Ratified And, Therefore, The Contractor Would Be Paid. The Contractor Proceeds At Its Own Risk If Any Of The Terms Of The Contract Are Altered, Changed, Or Modified Without The Written Concurrence By A Contracting Officer. (end Of Clause) offers Are Due: April 10, 2025 At 5:00 Pm Mst for Additional Information Or Questions About The Solicitation, Contact Whitney Shorty, Contract Specialist At 928-725-9806 Or Whitney.shorty@ihs.gov. attachments: specifications ihs Iee Representation Form
2081-2090 of 2144 archived Tenders