Drone Tenders
Municipality Of San Francisco, Cebu Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description 1 Technical Specification - In Front Package 1 Of House 20 Units Dual 12 Line Array Speaker System Front Of House 12 Units Power Soft Amplifiers 12 Units Duan 12 Line Array Speaker System Side Of House 10 Units Cerwin Vega Dual Sub Woofer 18"speakers 5 Units Poer Amplifiers 1 Unit Midas M32 Channel Mixer 2 Units Digital Snake Cable 8 Units Jbl712 Speaker Monitor 1 Lot Microphone Cables 1 Lot Extension Wire 1 Lot Power Distribution Ancillary Equipments 8 Units Wireless Microphone Transmitter And Receiver 4 Units Shure Sm58 Wires Microphone 1 Lot Microphone Stands 1 Set Wireless Production Communication Set 1 Base 4 Belts Packs 1 Lot Wires And Cables To Tie Up The System Lights 30 Units Beam 295 Moving Heads 20 Units Beam 380 Moving Head 18 Units Auto Lights 16 Units Led Strobe 32 Units Rgbw Led Par Lights 16 Units White Amber Led Par Lights 2 Units Antare Haze Machine 1 Unit Avolites Controller Tiger Touch 2 Rolls Mainline 32 Units Rgbw Led Par Light Ledwall For Main Stage Center 1 2 Sets P3.91 Led Wal Outdoor Curve 10 Sets P3.91 Led Wall Outdoor (2 Sides Curve) 1 Units Vx1000 Ledwall Processor 4 Units Power Distribution Box 4 Lots Mainline Power Cable 2 Unit Lap Top 1 Unit Video Switcher 1 Sets 56 Panel Width X 5 Panel Height Resolution 7168 Width X 640 Height Actual Size 91.84ft Width X 8,2ft Height Main Stage 1 80ft X 60ft X 3ft Stage Ramp 40ft Depth X 32 Ft Width Complete With Ramp Support Vip Area Platform 20ft X 80ft X 4ft Staging With Support & Stairs Trusses For Lightings And Speakers 1 Set Inverted U 100ft Width X 35ft Height (for Lights) 6 Sets Vertical Truss 20ft 2 Sets Inverted U 10ft Width X 35ft Height (for Speakers) 30ft X 80ft Trusses With Roofing For Vip Tiffany Chairs Antique Gold W/ Foam 150 Linear Steel Barricades 4ft X 7ft 200 Including Hauling And Installation Generator Set 150 Kva - 12 Hours Use 1 Including Transpopratation And Hauling Of Boom Truck, Fuel, Main Wire, Operator And Technician Live Feed Supple, Recording And Operation 1 2 Sets Of Camera With Cameraman 1 Set Of Drone Live Camera Standby Monitor And Operator
Closing Date24 Feb 2025
Tender AmountPHP 2 Million (USD 35.1 K)
MUNICIPALITY OF ANILAO Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description 1.) 4 - Unit - Desktop Computer Specs: Processor: I7 12th Gen. 3.20 Ghz Motherboard: Mprime Ddr4 Memory: 8gb Ddr4 Storage: 1tb Ssd; Monitor: 32" Led Power Supply: 650 Watts Os: Windows 10 Casing: Atx; Ups: 650va - Secure Mouse/keyboard: Combo Usb Ms Office Home & Business 2016 2.) 3 - Unit - All-in-one Printer Type: Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill Free Refilling Border-less Printing Ut To 4r 3.) 1 - Unit - Mirror-less Digital Camera E Pz 16-50mm F/3.5 - 5.6 Lens Front Lens Cap Np - Fw50 Lithium-ion Rechargeable Battery Ac Adapter, Micro-usb Cable, Shoulder Strap 4.) 1 - Unit - Sync Camera Flash (yongnuo) Ttl Speed-lite For Sony Camera 5.) 1 - Unit - Lens E-mount, E 18-135mm F3.5 - 5.6 Oss 6.) 1 - Unit - Document Scanner Workforce Duplex Sheet Feed Scan, Edit, Save Duty Cycle Up To 3,000 Pages Per Day Scan Speed Up To 26ppm/52ipm (300 Dpi) One-pass Duplex Scanning Document Capture Pro Software Scan 50gsm To 209gsm 7.) 2 - Unit - Computer Laptop Specs: Intel Core I7-13620h Processor: Deca-core 2.40ghz Nvidia Geforce Rtx 4060 8gb Memory 15.6" Full Hd (1920x1080), 16:9 Ips 144hz 16gb Ddr5 Sd Ram 512gb Ssd Windows 11 Ms Office 2021 Home & Student 8.) 1 - Unit - Computer Laptop Specs: Intel Core I5 Adm Ryzen 5 7535hs 8gb Ram, Ddr4 Memory (upgradable) 512gb Nvme Ssd 15"6" Fhd Display, With Ips Full Hd 1920x1080 Nvidia Geforce Rtx 2050 Windows 11 Ms Office 2021 Home & Student 9.) 1 - Unit - Archer Wireless Dual Band Gigabit Router 5gb Network, Plug & Play 10.) 2 - Unit - Projector (outdoor) Specs: Projection System: 3lcd, 3 Chip Technology Native Resolution: 1920x1080 (full Hd) Color Brightness: 4,000 Lumens White Brightness: 4,000 Lumens Long Lasting Lamp Up To 12 Hours Eco Mode 11.) 2 - Unit - Projector Screen With Stand Ratio Of 70 Inches X 10 Inches 12.) 1 - Unit - Mini 4 Pro All-in-one Camera Drone With Sensor
Closing Date10 Jan 2025
Tender AmountPHP 798.5 K (USD 14 K)
DEPARTMENT OF HUMAN SETTLEMENT AND URBAN DEVELOPMENT CARAG Tender
Others
Philippines
Details: Description The Department Of Human Settlements And Urban Development (dhsud) Regional Office 13, Through Its Bids And Awards Committee (bac) Invites All Manufacturers, Suppliers, Service Providers, And Distributors, To Please Quote Your Best And Lowest Government Price For The Following Items Specified Below: Qty Unit Particular Various Ict Equipment 1 Pc Printer With The Following Specifications: Wifi-capable, All-in-one (print, Scan, Copy, Fax) A3 Capacity Adf Ink Tank Printer With 1-year Warranty" Approved Budget: Php 49,990.00 1 Pc Printer With The Following Specifications: Print, Scan, Copy With At Least Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing, With Wi-fi Connectivity, 1-year Warranty" Approved Budget: Php 30,000.00 1 Set Desktop Computer With The Following Specifications: Processor: 6 Cores, 12 Threads With A Base Clock Of At Least 3.9 Ghz Ram: 16 Gb Ram (2x8gb Ddr4) Gpu: At Least 4gb Gddr5 Motherboard: Compatible To At Least Amd Ryzen 5000 Series Or Intel Core 12th Gen Cpu, Onboard Wifi Module Storage Capacity: 512gb Ssd Monitor: 27” Lcd Monitor Operating System: Windows 11 (64 Bit, Pre-loaded) Power Supply: At Least 600 Watts (true-rated) Casing: Standard Case Accessories: Keyboard, Mouse And Mouse Pad Warranty: 1 Year Approved Budget: Php 49,990.00 1 Pc Drone With The Following Specifications At Least (298*373*101 Mm Dimensions With Propellers) And Max Take-off Altitude Of 4000m, 45 Max Flight Time, With 4k Resolution-capable Camera And Captures 8064-6048 Max Image Size 1-year Warranty" Approved Budget: Php 49,000.00 1 Pc Projector With The Following Specifications: 1920x1080 Resolution, 1.2x Optical Zoom For Flexible Installation, Lamp Life Of Up To 12000 Hours At Least 4000 Lumens Both Color And White Brightness 1-year Warranty" Approved Budget: Php 45,000.00 Interested Bidders Are Hereby Invited To Submit Their Quotation/proposal Together With Its Supporting Documents Such As Business Permit, Bir Certificate Of Registration, Philgeps Certificate, Omnibus Sworn Statement (if Applicable) And Other Relevant Permits/documents, Signed By The Duly Authorized Representative, On Or Before The Deadline Indicated Above, Subject To The Terms And Conditions Provided In This Rfq. You May Contact And Submit Your Quotations Through The Contact Information Indicated Below: Procurement Unit Dhsud Regional Office Caraga 2/f Ps Arcade Building, Brgy. Imadejas, Butuan City (085) 817 0047; +639073888922 Region13@dhsud.gov.ph Engr. Fulgencio R. Buyan Bac Chairperson Heinz Marc C. Carlos Canvasser
Closing Date15 May 2025
Tender AmountPHP 223.9 K (USD 3.9 K)
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Details: Uncrewed Aircraft Systems Project Office 2025 Sources Sought For Purpose Built Attritable Systems (pbas) First Person View (fpv) Small Uncrewed Aircraft Systems (suas)
product Service Code:
15 - Aerospace Craft And Structural Components
naics Code: 336411 – Aircraft Manufacturing.
336413 – Other Aircraft Parts And Auxiliary Equipment Manufacturing.
334511 – Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing.
334290 – Other Communications Equipment Manufacturing.
place Of Performance: Army Contracting Command – Redstone, 5303 Martin Road Sparkman Center, Redstone Arsenal, Al 35898, Usa
purpose: This Sources Sought Is To Assess Commercially Available And Viable Purpose-built Attritable Systems (pbas) First Person View (fpv) Small Uncrewed Aircraft System (suas) Candidates For A Possible Invitation For A Follow-on Demonstration In Support Of The United States Army Maneuver Elements. This Sources Sought May Be Used To Fulfill Future Procurement Requirements, Therefore The Uncrewed Aircraft System (uas) Must Be 2020 Ndaa Sec 848, 2023 Ndaa Sec 817 And American Security Drone Act Of 2023 (2024 Ndaa, Pl 118-31, Div A, Title Xviii, Subtitle B, Sec. 1821) Compliant Or Demonstrate A Path To Compliance.
background: The Program Executive Office (peo) Aviation, Project Manager (pm), Uas, Seeks Information On Commercially Available Products That Are Production Ready, Reusable, Unretrievable Components (uncrewed Aircraft Platforms, Payloads, And Ancillary Equipment) And Cost-effective Suas To Be Employed At The Maneuver Small Unit Level. Fpv Enabled Suas Provide The Maneuver Force A Low Cost Solution With Increased Maneuverability, Precise Lethal Payload Delivery, And Operator Concealability. As Such, The Pbas Fpv, Hereafter Referred To As Pbas, Designed With Baseline Mission Characteristics That Focus On Rapid Reconfigurability And Modular Payload Capabilities That Allow For Mission Changes Across Target Acquisition Tasks, With The Added Flexibility To Execute Kinetic Operations As Needed. The System’s Mission Characteristics Include A Field-level Reconfigurable, Modular Payload Capability To Execute The Primary Mission Of Reconnaissance Surveillance And Target Acquisition (rsta), Secondary Mission Of Communications Relay, And Enhanced Mission Set Of Lethal Payload Delivery And Electronic Support.
request: Interested Parties Who Wish To Receive Additional Details And Submittal Requirements For The Sources Sought Are Hereby Directed To Request Additional Information From: Elbert Clarke, Contracting Officer, Elbert.clarke.civ@army.mil , Copy Keandra Milligan, Keandra.g.milligan.civ@army.mil & Miguel Harris, Miguel.c.harris.civ@army.mil By May 2, 2025, 4:00 Pm Cst.respondents Must Request (the Additional Information) To Have Sufficient Knowledge In Order To Be Responsive Overall, To The Government’s Request. Overall Submittals Are Due By May 8, 2025, 4:00 Pm Cst. Please Provide The Following In Your Email Request For Additional Information:
1. Company Name, Address, Unique Entity Id, And Name Of The Individual Representing The Company
2. Individual Position/title, Email Address And Phone Number
Closing Date8 May 2025
Tender AmountRefer Documents
DEPARTMENT OF LABOR AND EMPLOYMENT REGION V Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 1 Pc - Lens Angle Of View (diagonal): 27 2' (full-frame Mirrorless Format) Minimum Focus Distance: 9.1""/23.1 Cm Optical Design: 15 Elements In 12 Groups Filter Size: 67 Mm (front) Aperture: Max:f/2.8, Min: F/16 Dimension(diameter X Length): 3.1 X 5"" / 79.2 X 126.5 Mm Weight: 1.4 Lb / 0.6 Kg 1 Pc Drone Camera Sensor: 1/2.3 Inch Cmos Photo Resolution: 12mp (4000 X 3000) Video Resolution: 4k/30fps, 2.7 K/60fps 1080p/60fps Transmission Range: 10km (with Ocusync 2.0 Transmission) Max Speed: 57.6 Km/h (sport Mode) Max Altitude: 4,000 Meters Wind Resistance: Level 5 (up To 37.8 Kph) Weight:249g (ultra-lightweight) 1 Pc - Led Light 200w Point-source Led Light Beam Angle: 105 , Dims 0-100% Color: 2700 To 6500k, Cri/tlci: 95/96 Bluetooth Remote Controllable Ac Power, Optional Battery 8 Built-in Customizable Effects Bowens Reflector Mount, Umbrella Holder 1 Pc - Trolley Hardcase Exterior: 530 X 355 X 255mm Interior: 520 X 292 X 178mm Weight: 4.62 Kg Trolley Wheel Bag Including: Wavefoam And Pluck Foam 1 Pc - Bluetooth Speaker Width: 31.5 Cm Length: 6 Cm 1 Pc - Headset/headphone Auxillary Input Connection Type With Microphone Maximum Frequency Response: 20,000 Hz Minimum Frequency Response: 45 Hz Sensitivity Rating: 90 Db 1 Pc - Usb Multi-port Extension Cable Interface Type: Usb Type-c Ports: 6 Usb Hub (vga, Hdmi, And Sd/tf Port) Power Supply: Pd 100w Function: Hdmi-compatible/card Reader/rj45 Standard: Usb 3.1 1 Pc - Video Switcher Inputs: 4 X Hdmi (supports Mini Hdmi With An Adapter) Resolution: Up To 1080p60 Features: Built-in Streaming And Recording, Transition Effects, And Picture-in-picture Support. Best For: Live Streaming And Small Studio Setups. 3 Pc - Mini Hdmi To Hdmi Cables 5 Meters 2 Pc - Webcam Resolution: Full Hd 1080p (1920x1080) At 30fps Field Of View: 78 Degrees Microphone: Dual Stereo Mics Low-light Correction: Yes Mount: Universal Clip For Laptops And Monitors, Also Tripod-ready Other Features: Autofocus, Automatic Light Correction Ideal For: Clear Image Quality And Wide Compatibility With Different Video Conferencing Platforms. 1 Pc - Usb Microphone Power Output (rms): 45mwrms Per Channel (load=32ohms) **nothing Follows**
Closing Date13 May 2025
Tender AmountPHP 130.3 K (USD 2.2 K)
City Of Tayabas Tender
Machinery and Tools
Philippines
Details: Description Republic Of The Philippines Province Of Quezon City Government Of Tayabas Request For Quotation The City Government Of Tayabas, Through Its Bids And Awards Committee (bac), Will Undertake Negotiated Procurement - Small Value Procurement For Rfq # 25-187 – Supply And Delivery Of Semi-expendable Machinery And Equipment Expenses – Cicro Amounting To Ninety Nine Thousand One Hundred Pesos Only (99,100.00) As Per Sec. 53.9 Of The Implementing Rules And Regulations Of The Republic Act No. 9184. Canvass Forms Can Be Obtained From The Bac Secretariat At 2nd Flr., Bac Office, New Tayabas City Hall, Brgy. Baguio, City Of Tayabas, Starting May 21, 2025 From 8:30 Am To 4:00 Pm. Deadline For Submission Of Quotations Is On May 28, 2025, 9:00 Am. At Bac Secretariat At 2nd Flr., Bac Office, New Tayabas City Hall, Brgy. Baguio, City Of Tayabas, Along With The Following Requirements: 1. Valid And Current Mayor’s Permit; 2. Philgeps Certificate Of Registration; 3. Omnibus Sworn Statement; The Contract Will Be Awarded To Qualified Bidders Whose Bid Proposal Appears To Be The Most Advantageous And Responsive To The City Government Of Tayabas, In Accordance With The Revised Irr Of Ra 9184 And The Agency's Judgment And Discretion, But Not In No Way Bound To Accept The Lowest Bid Or Any Bid Proposal Which In Its Judgment Are, In The Ultimate Analysis, Not Advantageous To The Government. Quotations Submitted After The Prescribed Deadline Shall No Longer Be Accepted. Delivery Of Goods Is Required Within Ten (10) Calendar Days Upon Receipt Of Purchase Order. Interested Suppliers May Secure Quotation Form From The Bac Secretariat. Participating Duly Licensed Suppliers/ Manufacturers/ Distributors/contractors Must Submit The Officially Prepared Request For Quotation Form With Legibly Typed /printed Price Quotations Unto The Space Provided Opposite The Item Description Of The Request For Quotation Form, Signed And Sealed Into An Envelope To The Bac Secretariat/twg, City Government Of Tayabas. The City Government Of Tayabas Reserves The Right To Accept Or Reject Any Or All Quotations, To Annul The Canvassing Process, And To Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers, Or To Award Such Bid To The Supplier Whose Bid Is Considered Most Advantageous To The Government. Raymond S. Bermudez Head, Bac Secretariat Item No. Item Description Qty. Unit 1 High Quality Printer (print Speed Of Up To 17.0 Ipm; Automatic Duplex Printing; Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour); Wi-fi, Wi-fi Direct) 1 Unit 2 High Qaulity, Battery Charging Hub With Extra Battery For Drone 1 Unit 3 High Quality, Battery Fast Charge Hub With (1800 Mah) Extra Battery For Action Cam 1 Unit 4 Camera Battery Pack (np Fv70), High Quality 1 Unit 5 Full Camera Cage, High Quality 1 Unit Wilfredo S. Tomines Bac, Chairperson
Closing Date28 May 2025
Tender AmountPHP 99.1 K (USD 1.7 K)
Department Of Agriculture Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Procurement Of 2 Units Action Camera For Official Use Of Da-calabarzon To Enhance Data Collection, Monitoring And Documentation Of Agricultural Projects, Field Activities And Events 2 Units Action Camera Dimensions: 70.5 X 44.2 X 32.8 Mm (l X W X H) Weight: 145 G Waterproof:18 M Without The Waterproof Case, 60 M With The Waterproof Case Number Of Microphone: 3 Touchscreens: Front Screen: 1.4-inch 323 Ppi 320 X 320 Rear Screen: 2.25-inch 326 Ppi 360x640 Front/rear Screen Brightness: 750±50 Cd/m2 Supported Sd Cards: Microsd (up To 512 Gb) Camera Sensor: 1/1.3-inch Cmos Lens: Fov: 155° Aperture: F/2.8 Focus Range: 0.4 M Iso Range: Photo: 100-12800 Video: 100-12800 Electronic Shutter Speed Photo: 1/8000-30 S Video: 1/8000 S To The Limit Of Frames Per Second Max Photo Resolution: 3648x2736 Zoom: Digital Zoom Photo: 4 X Video: Max 2x Slow Motion/timelapse: Not Available Still Photography Modes Single: Approx. 10 Mp Countdown: Off/0.5/1/2/3/5/10 S Slow Motion: 4k: 4x (120fps)2.7k: 4x (120fps) 1080p: 8x (240fps), 4x (120fps) 4k/2.7k/1080p@30fps Intervals: 0.5/1/2/3/4/5/6/8/10/15/20/25/30/40 S Duration: 5/10/20/30 Mins, 1/2/3/5 Hours Stabilization Eis: Rocksteady 3.0 Rocksteady 3.0+ Horizonbalancing Horizonsteady Pre-rec: Pre-recording Duration: 5/10/15/30/60 Seconds Max Video Bitrate: 130 Mbps Supported File System: Exfat Photo Format: Jpeg/raw Video Format: Mp4 (h.264/hevc) Built-in Storage Capacity: The Camera Does Not Have Built- In Storage, But Storage Capacity Can Be Expanded By Inserting A Microsd Card. Audio Recording: 48 Khz 16-bit; A 26, 916.00 2 Units Drone Portable Remote Controller Combo 4k Hdr Video Recording, 38 Minutes Of Flight Time, Vertical Shooting 1/1.3-inch Cmos Sensor Equipped With Dual Native Iso Technology And Chip-level Hdr Technology Stable Flight Resisting Winds Of Up To 38 Km/h (scale 5) Weighing Less Than 249g 5.5-inch Hd Display 42,600.00 Delivery Period: 30 Days Upon Receipt Of Ntp Place Of Delivery: Lares Lipa City, Batangas
Closing Date2 May 2025
Tender AmountPHP 139 K (USD 2.4 K)
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Amendment 0002 - This Amendment Answers Questions From Industry. No Other Aspects Of This Solicitation Have Been Changed.
q1 -could You Please Confirm Mil Spec Mil-dtl-24643d Is Applicable To These Requirements.
a1 - Yes, Milspec Mil-dtl-24643d Is The Spec That Applies To Testing.
amendment 0001 - This Amendment Answers Questions From Industry And Extends The Closing Date From 01/21/25 To 01/31/25. No Other Aspects Of This Solicitation Have Been Changed.
q1 -is This A Formal Solicitation (i.e. Section L, Page Count, Etc)?
a1 - No. Per Far 13.106-2(b)(1), The Evaluation Procedures Laid Out Within This Solicitation Are The Only Evaluation Procedures Established By The Contracting Officer.
-------------------
this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With Format In Far Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation For Commercial Items, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation And Quotes Are Being Requested. In Accordance With Far 5.203(a)(2) This Solicitation Will Be Posted For Less Than Fifteen (15) Days.
request For Quotation (rfq) Number Is N6660425q0045. This Requirement Is Being Solicited As 100% Small Business Set-aside. The North American Industry Classification System (naics) Code For This Acquisition Is 541330 – Engineering Services. The Small Business Size Standard Is $25.5 Million. The Product Supply Code (psc) Is 6635 - Physical Properties Testing & Inspection.
the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Intends To Award A Firm Fixed Price (ffp) Purchase Order For Cable Testing In Accordance With (iaw) The Attached Statement Of Work (sow).
for The Purposes Of Quoting This Opportunity, The Contract Line Item Number (clin) Structure Is As Follows:
clin 0001 – Mil-dtl-24643 (see Attachment 2) Compliance Testing Services For Cables To Be Provided By The Government (see Attachment 3) Iaw Sow (see Attachment 1) Qty 1 Job
clin 0002 – Data In Accordance With Exhibit A Contract Data Requirements List (see Attachment 4) Qty 1 Lot – Not Separately Priced (nsp)
fob Destination: Newport, Ri
delivery Date: Please Quote Best Delivery Date/lead Time After Receiving The Cables From The Government
the Government Intends To Award A Single Ffp Purchase Order To The Eligible And Responsible Offeror On A Lowest Price Technically Acceptable Basis. To Be Considered Technically Acceptable The Quote Must:
1. Quote Exact Parts, Quantities And Terms Specified.
2. The Government Will Consider Past Performance Information Whereby Negative Information Within Supplier Performance Risk System (sprs) May Render A Quote Being Deemed Technically Unacceptable
3. Offerors Shall Provide Information And Documentation In Detail To Clearly Identify Its Overall Qualifications To Perform This Type Of Work.
additional Terms
1. Contractor Must Have An Active Registration In Sam At The Time Of Quote Submission.
2. Quote Must Be Valid For 60 Days.
3. The Government’s Method Of Payment Is Government Purchase Card (mastercard) But If A Credit Card Fee Applies Payment Will Be Electronic Payment Via Wide Area Workflow (wawf). Please Specify On Quote Whether Credit Card Is Acceptable And If There Is A Fee.
4. Incorporated Provisions And Clauses Are Those In Effect Through The Latest Federal Acquisition Circular (fac). Full Text Of Incorporated Far/dfars Clauses And Provisions May Be Accessed Electronically At Https://acquisition.gov.
5. Offeror Shall Include Item Prices, Shipping Costs, Delivery Terms, And The Following Additional Information With The Submissions: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Sam Unique Entity Id.
6. Quotes Shall Be Submitted Electronically Via Email To Michelle Weigert At Michelle.e.weigert.civ@us.navy.mil And Must Be Received On Or Before January 31, 2025 At 02:00 Pm Eastern Standard Time (edt). Quotes Received After This Date Are Late And May Not Be Considered For Award. For Questions Regarding This Acquisition, Please Contact Michelle Weigert At Michelle.e.weigert.civ@us.navy.mil.
incorporated Provisions And Clauses Are Those In Effect Through The Most Current Federal Acquisition Circular (fac). The Following Provisions And Clauses Apply To This Solicitation:
far 52.204-13 System For Award Management Maintenance
far 52.204-19, Incorporation By Reference Of Representations And Certifications
far 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems
far 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
far 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or Felony Under Any Federal
law
52.212-1, Instructions To Offerors--commercial Item
52.212-2, Evaluation – Commercial Items
52.212-3, Offeror Representations And Certifications – Commercial Items
far 52.212-4, Contract Terms And Conditions – Commercial Items
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial
items
far 52.232-39 Unenforceability Of Unauthorized Obligations
far 52.233-1 Disputes
far 52.233-3 Protest After Award
52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities.
far 52.243-1 Changes--fixed Price
far 52.249-8 Default (fixed-price Supply & Service)
*the Additional Following Far Clauses Cited In 52.212-5 Are Applicable To The Acquisition:
52.222-3, Convict Labor (jun 2003);
52.222-19, Child Labor—cooperation With Authorities And Remedies (jan 2020) (cd 2020-o0019);
52.222-21, Prohibition Of Segregated Facilities (apr 2015)
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 (oct 2020);
52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020);
the Following Defense Federal Acquisition Regulations Supplement (dfars) Provisions And Clauses Also Apply To This Solicitation:
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials
252.204-7003 Control Of Government Personnel Work Product
252.204-7009 Limitations On The Use Or Disclosure Of Third- Party Contractor Reported Cyber Incident Information
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting
252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.211-7003 Item Unique Identification And Valuation
252.232-7010 Levies On Contract Payments
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts For Commercial Products Or Commercial Services
252.246-7008 Sources Of Electronic Parts
252.247-7023 Transportation Of Supplies By Sea
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Description: This Is A Combined Synopsis/solicitationforcommercial Productsorcommercial Servicesprepared In Accordance With The Format Insubpart12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Onlysolicitation; Quotes Are Being Requested And A Writtensolicitationwill Not Be Issued. This Synopsis/solicitation Will Be Open For Less Than 15 Days, In Accordance With Far 5.203(a)(2).
rfq Number Is N66604-25-q-0258
this Requirement Is Being Solicited As A Total Small Business Set Aside. The Naics Code For This Requirement Is 332439 – Other Metal Container Manufacturing And The Small Business Size Standard Is 600 Employees.
nuwcdivnpt Intends To Award A Firm Fixed Price Purchase Order For Brand Name Only Custom Designed Pelican Shipping Cases. These Cases Have Been Designed Specifically For The Flared Base Group (fbg) Antenna Assembly (aa) And If The Government Were To Move To A Different Brand There Would Be Substantial Duplication Of Time And Cost. The Contract Line Item Number (clin) Structure Is Identified Below:
clin 0001 – Description: Pelican Flared Base Group Shipping Case Design/customiz. No: 30-20179-1400 Al2617-1104 Qty 14 Each
delivery: Fob Destination; Nuwcdivnpt Newport, Ri
delivery Date: Include Best Delivery Date On Quote
the Government Will Award A Purchase Order Resulting From This Solicitation To The Responsible Offeror Using A Lowest Price Technically Acceptable Source Selection Process. Award Will Be Made To The Responsible Offeror Meeting All Requirements Of The Solicitation.
additional Terms And Conditions:
1. Offeror Shall Quote Exact Brand, Part Number And Quantity
2. Offeror Shall Be A Pelican Products / Hardigg Industries Authorized Reseller
3. Offeror Shall Have An Active Registration In Sam At The Time Of Quote Submission.
4. Offeror Shall Build The Cost Of Shipping Into Unit Prices. There Will Not Be A Separate Clin For Shipping Costs.
5. In Accordance With Dfars Clause 252.211-7003, The Contractor Shall Provide A Unique Item Identifier (uid) For All Delivered Items For Which The Government’s Unit Acquisition Cost Is $5,000.00 Or More.
5. The Government’s Preferred Method Of Payment Is Government Purchase Card (mastercard) But If There Is A Credit Card Surcharge, The Per Unit Price Is More Than $5,000, Or The Offeror Does Not Accept Mastercard Then The Method Of Payment Will Be Electronic Payment Via Wide Area Workflow (wawf). Please Indicate On Quote Whether Mastercard Is Accepted And Whether There Is A Credit Card Surcharge.
6. Quotes And Any Attachments Shall Be Readable By Microsoft Office Or Adobe Acrobat. Offeror Shall Include Item Prices, Delivery Terms, And The Following Additional Information With The Submissions: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Sam Unique Entity Id.
7. Quotes Shall Include A Validity Date Of No Less Than 60 Days From Due Date For Receipt Of Offers.
incorporated Provisions And Clauses Are Those In Effect Through The Current Federal Acquisition Circular (fac). Full Text Of Incorporated Far/dfars Clauses And Provisions May Be Accessed Electronically At Https:// Acquisition.gov/far And Https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
the Following Provisions And Clauses Apply Reference To This Rfq:
far 52.204-7 System For Award Management
far 52.204-13 System For Award Management Maintenance
far 52.204-16 Commercial And Government Entity Code Reporting
far 52.204-18 Commercial And Government Entity Code Maintenance
far 52.204-19, Incorporation By Reference Of Representations And Certifications
far 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems
far 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment
far 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or Felony Under Any Federal
law
far 52.212-1, Instructions To Offerors--commercial Item
far 52.212-2, Evaluation – Commercial Items
far 52.212-3, Offeror Representations And Certifications – Commercial Items
far 52.212-4, Contract Terms And Conditions – Commercial Items
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items*
far 52.232-39 Unenforceability Of Unauthorized Obligations
far 52.233-1 Disputes
far 52.233-3 Protest After Award
far 52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities.
far 52.243-1 Changes--fixed Price
far 52.249-8 Default (fixed-price Supply & Service)
*the Additional Following Far Clauses Cited In 52.212-5 Are Applicable To The Acquisition:
52.222-3, Convict Labor
52.222-19, Child Labor—cooperation With Authorities And Remedies
52.222-36, Equal Opportunity For Workers With Disabilities
52.222-50, Combating Trafficking In Persons
52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving
the Following Defense Federal Acquisition Regulations Supplement (dfars) Provisions And Clauses Also Apply To This Solicitation:
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials
252.203-7002 Requirement To Inform Employees Of Whistleblower Rights
252.204-7003 Control Of Government Personnel Work Product
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7009 Limitations On The Use Or Disclosure Of Third- Party Contractor Reported Cyber Incident Information
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting
252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support
252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements
252.204-7020 Nist Sp 800-171dod Assessment Requirements
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.211-7003 Item Unique Identification And Valuation
252.225-7048 Export-controlled Items
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies On Contract Payments
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts For Commercial Products Or Commercial Services
252.247-7023 Transportation Of Supplies By Sea
quotes Shall Be Submitted Electronically Via Email To Michelle Weigert At Michelle.e.weigert.civ@us.navy.mil. Quotes Received After The Closing Date Of This Solicitation Are Late And May Not Be Considered For Award. For Questions Regarding This Acquisition, Please Contact Michelle Weigert At Michelle.e.weigert.civ@us.navy.mil.
Closing Date18 Apr 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Solid Waste Management
United States
Description: 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; Proposals 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 Proposal (rfp) # Ihs1504492.submit Only Written Proposals For This Rfp. This Solicitation Is A 100% Isbee. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. The Associated Naics Code Is 562998
this Rfp Contains One (1) Line Items:
clin
description
items
base
one Time Pick-up Of Waste Items For Gallup Nssc
see Attachment
period Of Performance: 03/28/2025 – 05/27/2025
vendor Requirements: See Attached Specifications
submit Proposals No Later Than: 03/23/2025 04:00p.m. Cdt To The Following Point Of Contact: Carlene Prince And/or Forrest Ward, Contract Specialist(s), Via Email: Carlene.prince@ihs.gov; Forrest.ward@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 Price And Other Factors Considered Equally. The Following Factors Shall Be Used To Evaluate Offers:
lowest Price Technically Acceptable
to Be Considered Technically Acceptable, Proposals Must Meet The Following:
the Contractor Shall Come On-site To The Nssc Gallup Warehouse And Provide Approved Cardboard Cartons And Plastic Liners For Waste Collection, Pick-up, And Transportation.
disposal Of All Items In Accordance With Safety Data Sheets (sds).
ensure All Services Comply With Local, State, And Federal Regulations, Including Those From Osha, Epa, And Dot.
provide A Minimum Of One-time Service To Include As Many Trips Necessary To Complete The Rmw, Universal Waste, And Other Waste Types Disposal.
the Contractor Shall Pick-up Between The Time Of 8:00 Am And 2:00 Pm. Mt
the Contractor Shall Provide Legible Documentation Of Accurately Recorded Numbers Of Containers Picked Up To The Safety Officer.
the Contractor Shall Provide A Certificate Of Destruction For All Waste Types Disposal.
contractor Shall Provide In House Training For The Clinic And Housekeeping Staff Responsible For The Collection Of Waste And Handling Of Infectious Waste (monday – Friday, 8am – 5pm Cst)
it Is The Contractor’s Responsibility To Provide Technical Proficiency On Proposal Submittal. Contractor Shall Abide By All Technical Requirements Outlined In Section 2 Of Statement Of Work Dated November 04, 2024, And Provide All Documentation Required (accreditation).
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.
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.
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, Including 52.223-22,
public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—
representation, And Paragraph (t) Of 52.212-3, Offeror Representations And
certifications—commercial Products And Commercial Services. Agencies Will
not Consider Or Use These Representations. Entities Are Not Required To, Nor Are They
able To, Update Their Entity Registration To Remove These Representations In Sam.
provisions: The Following Far Provisions Apply To This Solicitation:
far 52.212-1, Instructions To Offeror- Commercial Items; Far 52.212-3, Offeror Representations And Certifications- Commercial Items (the Offeror Should Include A Completed Copy Of This Provision With Their Proposal).
clauses: The Following Far Clauses Apply To This Solicitation:
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 Statutes Or Executive Orders – Commercial Products And Commercial Services (jan 2025).; [(deviation Feb 2025)]
far 52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),
far 52.203-17, Contractor Employee Whistleblower Rights (nov 2023);
far 52.204-27. Prohibition On A Bytedance Covered Application (jun 2023);
far 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 2021);
far 52.219-6, Notice Of Total Small Business Set-aside (nov 2020);
far 52.219-28, Post Award Small Business Program Representation (sep 2023);
far 52.222-21, Prohibition Of Segregated Facilities (apr 2015);
far 52.222-26, Equal Opportunity (sep 2016);
far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);
far 52.222-50, Combating Trafficking In Persons (nov 2021);
far 52.225-13, Restriction On Certain Foreign Purchases (feb 2021);
far 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov2007)
far 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving(may2024)
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 Foreign Entities (nov 2024)
far 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021);
far 52.217-8, Option To Extend Services (nov 1999);
hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015);
hhsar 352.223-70,safety And Health. (dec 2015)
hhsar 352.226-1,indian Preference. (dec 2015);
hhsar 352.226-4,notice Of Indian Small Business Economic Enterprise Set-aside.
hhsar 352.226-7,indian Economic Enterprise Representation.
hhsar 352.232-71, Electronic Submission Of Payment Requests;
hhsar 352.239-78, Information And Communication Technology Accessibility Notice. (deviation) (feb 2024);
hhsar 352.239-79, Information And Communication Technology Accessibility. (deviation) (feb 2024)
the Above Provisions And Clauses May Be Obtained Via Internet At Https://www.acquisition.gov/
miscellaneous:
no Fax Proposals
electronic Submissions – Submission Via Email Is The Only Acceptable Electronic Submission. (carlene.prince@ihs.gov; Forrest.ward@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 Proposal: Vendor Name, Cage Code, Uei, Tax Identification Number, Prompt Payment Terms, Delivery Time, Gsa Contract Number (if Applicable), Date Proposal Expires, Warranty, Total Price For Each Line Item, Total Proposal Price, And Technical Documentation In Sufficient Detail To Determine Technical Acceptability. Failure To Provide Sufficient Technical Detail May Result In Rejection Of Your Proposal.
Closing Date23 Mar 2025
Tender AmountRefer Documents
2471-2480 of 2697 archived Tenders