Drone Tenders
DEPARTMENT OF ENVIRONMENT AND NATURAL RES PENRO TARLAC Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description The Denr-penro Tarlac Invites Suppliers Thru Negotiated Procurement – Small Value Procurement Based On Sec. 53.9, Rule Xvi Of The Revised Irr Of Ra 9184, Series Of 2016 With Which The Required Amount Does Not Exceed Php 1,000,000.00 With The Following Details: Project Name: Procurement Of Ict Equipment For Official Use Of Penro Tarlac Manila Bay Activities (2025-g-006) Approved Budget Of The Contract: P 240,000.00 Project Description: Unit Item Description Quantity Unit Desktop Computer Cpu: 8+ Cores, 16+ Threads Base Clock: 3.4ghz Or Higher Motherboard: Lga 1700 Socket B760 Chipset Or Equivalent Ddr4 Compatible Ram: 32gb Ddr4 Speed: 3200mhz Dual Channel Configuration Graphics Card: Mid-range Dedicated Gpu 12gb Vram Cuda Support Storage: Primary: 1tb Nvme Ssd Secondary: 2tb Hdd 7200rpm Power Supply: 750w 80+ Gold Certification Display: Size: 23.8" In. Resolution: 1920 X 1080 Aspect Ratio: 16:9 Maximum Brightness: 250 Nits / Cd/m2 1 Unit Geotagging Device Processor: Chipset: Exynos 1480, Core: Octa-core Display: Type: Super Amoled Size: 6.6 Inches Resolution: 1080 X 2340 Refresh Rate: 120hz Pixel Per Inch: 390 Main Camera: 50 Mp, F/1.8, (wide),1/1.56", 1.0µm,pdaf, Ois 12 Mp, F/2.2, 123° (ultrawide), 1.12µm 5 Mp, F/2.4, (macro) Video: 4k@30fps, 1080@30/60fps, 720p@480fps Selfie Camera: 32 Mp, F/2.2, 26mm (wide), 1/2.8", 0.8µm Video: 4k@30fps, 1080@30/60fps Sensor: Fingerprint(under Display, Optical), Accelerometer, Gyro, Compass, Barometer Ram: 8gb Internal Storage: 256 Gb Storage Expansion: Microsd Os: Android (14), One Ui 6.1 Battery: Capacity: 5000 Mah 1 Unit Laptop Processor: Core I7-13700hx Memory: 16gb Ddr5 2dm 4800 Storage: 512gb Pcie 4x4 Graphics: Nvidia Geforce Rtx 4060 8gb Vram Display : 16.1 Qhd Antiglare Lw Blult Ips 300 Nits 165hz Operating System: Windows 11 Home With Microsoft Office For Home And Student 2021 1 Unit 3 In 1 Printer With Wifi Print, Scan, Copy 1 Pair Drone Propeller Compatibility: Dji Mavic 3 Series 2 Pc Micro Sd Cardcapacity: 128 Gbcompatibility: Compatible With Microsdhc, Microsdxc, Microsdhc Uhs-i, And Microsdxc Uhs-i Supporting Host Devicesdimensions: (l X W X H): 10.92mm X 14.99mm X 1.02mmsequential Read Performance: Up To 200mb/ssequential Write Performance: Up To 90mb/s 1 Unit Desktop Monitor Display:23.6 In, Tn, W-led, 1920 X 1030 Pixels 1 Pc Mechanical Keyboard Wired Mixed Backlight Gaming Keyboard Anti-conflict Keyboard No Driver Needed Adjustable 6 Keys And 104keys Anti-ghosting Suspended Key Caps High Compatibility Applicable Objects: Home Office Game Notebook 2 Pc Optical Wired Usb Mouse Wired Usb Connectivity Three Programmable Button Optical Sensor Powered Via Usb 2 Please Quote Your Best Offer For The Items Described Herein. You May Submit Your Duly Signed Quotation From January 18, 2025 To Not Later Than The Deadline On January 21, 2025, At 10:30 In The Morning At Denr-penro Tarlac, Mc Arthur Highway, Paraiso, Tarlac City, Or Send Thru Email Address Of Pbac At Denrtarlacbacsec@gmail.com Or Denr_penrotarlac@yahoo.com. The Following Requirements Must Be Submitted Prior To The Issuance Of A Notice Of Award: 1. Mayor's Business Permit 2. Philgeps Registration Number 3. Omnibus Sworn Statement The Pbac Of Denr-tarlac Assumes No Responsibility Whatsoever To Compensate Or Indemnify Suppliers For Any Expenses Incurred In The Procurement Process. The Pbac Of Denr-tarlac Reserves The Right To Accept Or Reject Any Or All Quotations, To Annul Or Cancel The Procurement Process At Any Time Prior To Contract Award, Impose Additional Terms And Conditions, And Accept The Proposal Most Advantageous To The Government Without Thereby Incurring Any Liability. For Further Information, Please Contact: Denr-penro Tarlac, Mcarthur Highway, Paraiso, Tarlac City Tel. No. (045) 985-5928 Email Address: Denr_penrotarlac@yahoo.com Or Pbac Head Secretariat – Aiverlyn V. Teofilo Email Address: Denrtarlacbacsec@gmail.com (signed) Amalia A. Fajardo Bac Chairperson
Closing Date21 Jan 2025
Tender AmountPHP 240 K (USD 4.2 K)
DEPT OF THE ARMY USA Tender
Security and Emergency Services...+1Aerospace and Defence
United States
Details: Agency: Department Of The Army
office: Army Contracting Command, Edgewood Contracting Division Fort Detrick Branch
location: Frederick, Md
solicitation Number: W911sr-22-s-ngia
notice Type: Sources Sought
synopsis: This Is A Solicitation For Parties Interested In Participating In Projects Sought By The United States Special Operations Command (ussocom), Program Manager Special Programs (pmsp) For State Of The Art Technologies And Capabilities For The Next
generation Identification And Awareness Initiative (ngia). Ngia Is Established To Meet Requirements In The Following Focus Areas:
focus Area 1: Tagging, Tracking And Locating (ttl): Having Knowledge Of When, Where And What The Enemy Is Doing Is Crucial To Mission Planning And Eventual Success. Usasoc Is Looking To Fill Technology Gaps In Special Technical Capabilities For Tagging, Tracking, And Locating Of High Value Individuals And Targets (hvi&t). Tailored Solutions Should Provide Over The Horizon (oth) And Line Of Sight (los) Day And Night Target Tracking Capabilities For Extended Periods, In All Terrain/weather Conditions, Using Ground Based, Airborne, Or Satellite Receive Methods. Specific Desired Characteristics Include Lpi/lpd Communications, Non-traditional Means Of Exfiltration, And Ability To Survive In Austere, Near/peer Operational Environments.
focus Area 2: Reconnaissance & Surveillance (r&s): Usasoc Must Provide Operators With The Ability To Gain Intelligence In Areas That Are Not Easily Accessible Due To Terrain/weather Restrictions, Political Sensitivities, And Hostile Forces. Special, Unattended Ground Base Sensors Will Provide, “orbits Without Orbits”, Giving Commanders Situational Awareness Where Traditional Isr Systems Are Either Non-existent Or Units Are Operating In Unfamiliar Environments Where Traditional Collection May Fail. Specific Efforts That Include Oth Audio/video Sensors, Novel Sensor Modalities, And Passive Audio, Machine Vision Object Recognition Sensors And Can Bypass Adversarial Countermeasures Are Highly Desirable.
focus Area 3: Unmanned Systems (ums): Remotely Controlled Ground And Aerial Based Systems Have Become A Significant Contested Technology Focus Area For Usasoc. Multiple Solutions Are Required For The Us Military To Win In The Next Fight. The Solutions Include The Creation Of Denied/degraded Gps, Anti-rf C2 Link Jamming Capabilities That Are Manufactured By Us Companies Using Parts, And Able To Be Integrated On Group 1 And/or Group 2 Uas. Additionally, We Require The Ability To Manage And Reduce The Rf Control Link Signature In Order To Protect The Uas From Opposition Ew Exploitation. Autonomy Is Increasingly Important And Will Allow Operators To Keep Focus On Mission Tasks And Decrease The Amount Of “eyes On Screen” Time Required To Operate Remotely Controlled Drones, Reducing Troop To Task Requirements. With The Increased Proliferation Of Commercial And Enemy Drone Platforms, The Ability To Deny, Control, Exploit And Counter Those Platforms Is Required To Survive In The Current And Future Operating Environment.
focus Area #4: Integrated Information And Electromagnetic Operations (i2eo): The Integrated Information And Electromagnetic Operations (i2eo) Focus Area For Usasoc Is Centered On The Development And Integration Of Advanced Capabilities In Cyber, Electronic Warfare (ew), Signals Intelligence (sigint), Space Operations, And Communications. I2eo Aims To Provide Usasoc With The Ability To Operate In A Contested And Dynamic Environment, Leveraging The Electromagnetic Spectrum To Gain A Decisive Advantage Over Adversaries. The I2eo Focus Area Combines The Capabilities Of Cyber, Ew, Sigint, Space Operations, And Communications To Enable Usasoc To Disrupt, Degrade, And Destroy Enemy Command And Control Systems, While Also Protecting Friendly Forces From Similar Threats And Maintaining Secure And Reliable Communications In Support Of Special Operations Missions. This Is Achieved Through The Development And Fielding Of Advanced Technologies, Such As Cyber Tools, Ew Systems, Sigint Sensors, Space-based Assets, And Tactical Communication Networks, Which Are Integrated Into A Unified Framework To Provide Real-time Situational Awareness, Precision Targeting, And Effects-based Operations. I2eo Also Emphasizes The Importance Of Advanced Analytics, Machine Learning, And Artificial Intelligence To Support The Planning, Execution, And Assessment Of Special Operations Missions, Ensuring That Usasoc Can Operate At The Speed And Scale Required To Succeed In Today's Complex And Rapidly Evolving Operational Environment. I2eo Will Enhance The Effectiveness Of Usasoc, Improve The Security Of Sof, And Maintain A Strategic Advantage Over Adversaries In The Electromagnetic Spectrum, While Also Ensuring Seamless And Secure Communication Between Usasoc Elements, Coalition Partners, And Other Stakeholders.
the Ngia's Purpose Is To Form A Sphere Of Technological Excellence Made Up Of Participants From Industry, Non-profit Organizations, And Not-for-profit Entities Able To Rapidly And Efficiently Propose And Carry Out, The Development Of Prototype Solutions That Sustain And Expand Strategic Superiority Within Broadly Stated Special Operations Focus Areas Of Interest. It Is Intended That Participants Will Perform A Strategically Important Role In Developing Systems Focused On The Development, Demonstration And Transition Of Resilient And Dynamic Technological Capabilities Critically Necessary For The Nation's Special Operation Forces. Prototype Projects Awarded As A Result Of This Announcement May Result In Follow-on Production Other Transaction Agreements Or Contracts In The Quantities Specified Within Any Particular Project Announcement Released Within The Ngia Competitive Environment.
other Transaction Authority In Accordance With 10 Usc 4022 (formerly 10 Usc 2371b) Will Be Used In Support Of Ngia. The Resultant Award Of Any Ot Agreement Will Not Be Made Or Issued Under The Provisions Of The Competition In Contracting Act Of 1984 (p.l. 98-369), Far Part 6 Or Any Other Far Based Regulation.
the Ngia Will Be Carried Out Under The Terms Of A Participant Basic Agreement (pba). The Pba Is Available For Qualified Entities Interested In Participating In The Ngia. Entities Wishing To Participate Shall Submit An Email To The Primary Point Of Contact Identified Below Demonstrating Technical Relevancy/recency In The Desired "focus Areas Of Interest." Material That Is Only Advertisement Or Marketing Material In Nature Is Not Desired.
the U.s. Army Contracting Command - Aberdeen Proving Ground (acc-apg), Edgewood Contracting Division Is Supporting Ussocom In The Execution Of Ngia.
primary Point Of Contact: Angel Quander
email Address: Angel.y.quander.civ@army.mil
please Send Technical And Administrative Questions And Inquiries To The Primary Point Of Contact To Facilitate Communication On All Matters Relating To This Announcement.
the Government Is Prohibited From Soliciting And Awarding Actions To Contractors That Have Engaged Or Are Suspected To Have Engaged In Criminal, Fraudulent, Or Seriously Improper Conduct.
prospective Vendors Shall Complete Electronic Annual Representations And Certifications At Sam. By Submission Of An Offer, The Offeror Acknowledges The Requirement That Prospective Awardees Must Be Registered In The System For Award Management (sam) Database Prior To Submitting An Invoice And Through Final Payment Of Any Agreement Resulting From Ngia. Vendors That Are Not Registered Should Consider Applying For Registration Immediately. To Remain Registered In The Sam Database After The Initial Registration, The Vendors Is Required To Review And Update On An Annual Basis From The Date Of Initial Registration (or Subsequent Updates) Its Information In The Sam Database To Ensure It Is Current, Accurate And Complete.
this Notification Is For Planning Purposes Only. It Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For The Information Solicited.
Closing Date1 Apr 2025
Tender AmountRefer Documents
Municipality Of Basilisa, Dinagat Island Tender
Software and IT Solutions
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Dinagat Islands Municipality Of Basilisa -ooo- Invitation To Bid Purchase Of Ict Equipment 1. The Municipality Of Basilisa, Through The General Fund Intends To Apply The Sum Of Two Hundred Eighty- Two Thousand One Hundred Pesos Only (php 282,100.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For, The Project Purchase Of Ict Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. Now Therefore, Lgu-basilisa, Through The Bids And Awards Committee (bac) Invites All Interested Bidders To Apply For Eligibility And To Bid For The Hereunder Project: Name Of The Project : Purchase Of Ict Equipment Location : Barangay Ferdinand, Basilisa, Dinagat Islands Approved Budget For The Contract : Php 282,100.00 Funding Source : General Fund Delivery Duration : 30 Calendar Days Item No. Item & Description Qty. Unit Abc Unit Price Abc Total Price 1 Computer Desktop 1 Set 35,000.00 35,000.00 2 Printer 3 In 1(can Print,scan A4 & Long) Epson 5 Unit 15,500.00 77,500.00 3 Printer (can Print & Scan A4 & Long) Can Xerox A4 Only) 1 Unit 10,000.00 10,000.00 4 Printer 3 Unit 6,800.00 20,400.00 5 Drone For Aereal Mapping 1 Unit 25,000.00 25,000.00 6 Laptop Core I5 2 Unit 40,000.00 80,000.00 7 Monitor 24 Inches 1 Unit 4,200.00 4,200.00 8 Printer 3 In 1 2 Unit 15,000.00 30,000.00 Total 282,100.00 2. The Municipality Of Basilisa Now Invites Bids For The Purchase Of Ict Equipment Of Lgu – Basilisa, Barangay Ferdinand, Basilisa, Dinagat Islands. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Municipality Of Basilisa, Dingat Islands And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Feb. 19 – March 11, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (php 500.00). 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 Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Schedule Of Bac Activities Is As Follows: Procurement Activities Schedule Time Date Venue 1. Date Of Publication February 19 – 27, 2024 2. Period Availability/issuance Bidding Documents Of Of February 19 – March 11, 2025 Lgu-basilisa, Office Bac 3. Deadline Of Submission And Opening Of Bids 9:00am March 11, 2025 Lgu-basilisa, Office Bac 4. Bid Evaluation 9:00am March 11 - 12, 2025 Lgu-basilisa, Office Bac 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 9:00 A.m. Of March 11, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 11, 2025 At 9:00 O’clock In The Morning At Bac Office, Municipality Of Basilisa, Dinagat Islands. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Basilisa 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. 9. For Further Information, Please Refer To: Jessie R. Cinco, Cpa Chairman, Bac Secretariat Municipal Accounting Office Municipality Of Basilisa P-1 Ferdinand, Basilisa, Dianagt Islands Contact No.: 09261326657 (sgd) Sylvia P. Obera Chairperson, Bids And Awards Committee 1st Posting: February 19, 2025
Closing Date27 Feb 2025
Tender AmountPHP 282.1 K (USD 4.9 K)
Department Of Tourism Region Xi Tender
Others
Philippines
Details: Description Overview Davao Region, With Its Diverse Natural Features Ranging From The Towering Mt. Apo To The Stunning Seascapes Of Davao Gulf, Positions Itself As An Ideal Destination For Outdoor Adventure Tourism In The Philippines And Southeast Asia. The Region Boasts Tropical Rainforests, Pristine River Systems, Caves, And Waterfalls, Creating A Unique And Varied Adventure Landscape. Thus, To Highlight And Promote The Adventure Tourism In Davao Region, Dotxi In Partnership With Various Local Government Units In Davao Region, And Some Adventure Providers In The Region, Has Established The Davao Adventure Challenge Beginning 2024. The Davao Adventure Challenge Is A Year-long Travel Campaign Programmed To Spotlight The Region’s Tapestry Of Diverse Natural Attractions, From Its Diverse Hiking Trails, Mesmerizing Dive Sites, Enchanting Caves, To Refreshing Waterfalls, And Heart-pumping Water Sports Activities. Tailored To Capture The Adrenaline Cravings Of Thrill-seekers And The Wanderlust Of Nature Enthusiasts, This Campaign Is Poised To Position Davao As The Ultimate Destination For Diverse Adventure Experiences. Through A Set Of Mechanics (see Annex A), The “challengers” Is Off To A Set Of List Of Activities And Destinations Where They Will Earn Corresponding Points Upon Completion Of Visit And Successful Conduct Of Special Adventure Activities, So Long As They Do The Challenges Within The Challenge Period. Building On The Resounding Success Of Its Inaugural Season, The Davao Adventure Challenge Returns For A Second Season With An Even Greater Mission: To Reinforce Davao’s Position As A Premier Eco-adventure Destination In The Philippines And Southeast Asia. The First Season Generated Significant Buzz, Attracted Diverse Audiences, And Showcased The Region’s Rich Nature And Ecoadventure Treasures Through Immersive Experiences. This Momentum Demonstrated A Strong Appetite For Adventure Tourism And Highlighted Davao’s Untapped Potential In This Growing Sector. The Second Season Aims To Deepen Audience Engagement, Introduce New Adventure Routes And Local Partners, And Further Empower Local Communities Through Sustainable Tourism. By Expanding The Scope Of The Challenge And Integrating Fresh Storytelling Approaches, This Season Will Captivate A Broader Audience—both Domestic And International—while Supporting Local Businesses, Community-based Ecotourism Organizations, And Environmental Conservation Efforts. Ultimately, This Continuation Is Not Just A Follow-up But An Evolution: A Chance To Elevate The Davao Adventure Challenge Into A Lasting Platform That Inspires Exploration, Celebrates Resilience, And Brings Long-term Value To The Region’s Tourism Landscape. Iii. Objectives The Davao Adventure Challenge Season 2 Aspires To Achieve The Following Specific Objectives: 1. To Position Davao Region As A Premier Adventure Destination, Highlighting The Region’s Diverse Natural Attractions And Adventure Activities; 2. Boost Economic Benefits To Host Communities Propelling Community-based Sustainable Tourism (cbst); 3. To Offer Travelers A More Authentic, Diverse And Sustainable Experiences; 4. To Help Promote Appreciation Of Natural Resource Base And Encourage Responsible Tourism Practices And Community Engagements In The Region. Iv. Purpose: The Department Of Tourism Region Xi Is In Need For The Services Of An Audio-visual Production Team Based In Davao Region For The Photo Documentation And Video Production For The Davao Adventure Challenge Season 2- Promotional Video. V. Minimum Requirements: A. Must Be In The Business Of Photo And Video Production; B. Must Be Able To Provide Expert Manpower And Technical Requirements Fit For The Required Services; C. Must Be Based In Davao Region; D. Must Be Willing To Provide Services On Send – Bill Arrangement; E. Must Have Experience In Handling Government Projects Within The Last 2 Years; Vi. Scope Of Work A. Photo & Video Documentation & Avp Production • Produce 2-3minuter Promotional Video Of The Davao Adventure Challenge Season 2 -filming Schedule On April 21-24, 2025 (meals, Vehicle And Other Logistics C/o Dotxi); -additional 1-2 Days Shoot To Other Adventure Sites When Necessary (expenses C/o Avp Production Team); - Provision Of Appropriate Camera Equipment, Such As Underwater Cameras, Drone, Lighting Etc; -provide Camera/videographers Including Scuba/freedive Photographer/videographer During Filming -post-processing/editing (up To 3 Revisions) -provide Voice-over Talent (if Necessary); -provide Licensed Background Music. • Provide Photo-video Documentation During The April 21-24, 2025 Dac Fam Tour (with Hi-res Materials Available Within The Day, For Use Of Influencer Participants; • Provision Of The Following Equipment To Dotxi -2t Hard Drive Containing Hi-res Photos & Videos From The Shoot And Outputs -3pcs Sd Cards (large Capacity) -1pc Canon 800d Battery (model: Lp-e17) Remarks: • Avp Team To Closely Coordinate With Dotxi Re: Concepts And Storyboard. Final Concepts/outputs For Approval Of Dotxi. Vii. Budget: Php200,000, Inclusive Of Applicable Government Taxes. Viii. Documentary Requirements: • Company Profile • List Of Previously Conducted Events With Government Offices; • Copy Of Notarized Omnibus Sworn Statement (template C/o Dotxi); • Registration Certificate From Securities And Exchange Commission Or Dti Business Name. • Valid And Current Mayor’s Permit. • Bir Certificate Of Registration • Philgeps Registration; • Must Be Davao City-based; Contact Person(s) Name: Nathania Molina / Katherine D. Anuta-rubio Address: Department Of Tourism Regional Office-xi, Cm Recto St., Davao City Contact Nos.: (082) 237-9288 Email: 2021dotxi.procurement@gmail.com Dot11@tourism.gov.ph
Closing Date14 Apr 2025
Tender AmountPHP 200 K (USD 3.5 K)
Municipality Of Culasi, Antique Tender
Others
Philippines
Details: Description 01 Hiring Services For Photography, Videography And Live Streaming Services 1 Lot -2 Photographers, 1 Editor Inclusions: Diwata Kang Madja-as Photoshoot -3 Portrait Layouts Official Portrait, Swimsuit, Gown - Portrait Canvass For Miss Photogenic Other Festival Events 1. Senior Citizens' Night 2. Traditional Fishing 3. Pangauyang/re-enactment/opening Ceremony 4. Interagency Sportsfest 5. Employees' Night 6. Opening Of Agri-fish-tourism Booth 7. Tricycle Show 8. Liga Ng Mga Barangay Night 9. Boxing 10. Academe Night 11. Diwata Kang Madja-as 2025 12. Pakpak Sa Kabantugan Grand Finals 2025 13.palangoy/bangkarera 14. Civic Parade/civic Program/street Dancing 15. Arc Contest 16. Peoples' Night Outputs: Photos Ready To Upload To Lgu Culasi Official Facebook Page Right After The Event. Raw Files And Digitally Enhanced Photos Save In A Usb Drive All Files Will Be Submitted To Lgu Culasi As End User - Videographers, 1 Video Editor, 1 Drone Pilot Inclusions: Diwata Kang Madja-as Video Shoot Diwata Kang Madja-as Teaser Video Full Coverage Of Diwata Kang Madja-as Coronation Night Festival And Diwata Kang Madja-as Animated Logo, Festival Animated Logo Livestreaming Coverage -4 Camera Set-up, 1 Technical, 1 Creative Director 1. Panguyang, Reenactment, Opening Ceremony 2. Employees' Night 3. Bangkarera/3k Palangoy 4. Civic Parade/program/ Street Dancing 5. Diwata Kang Madja-as Pageant 6. Pakpak Sa Kabantugan Grand Finals 7.boxing 8. Tricycle Show Outputs: 1. High Quality Video Of The Entire Events (raw) 2. Highlights Video Of 6-day Events Will Be Shown At The Last Day (same Day Edit) Social Media Sites For Live Streaming & Same Day Edit Upload. (tourism Promotions Of Madja-as Festival 2025) 1. Lgu Culasi Official Facebook Page Or Official Page Of Madja-as Festival 2. Cool Digital Productions Facebook Page 2. Cool Digital Productions Facebook Page 1. The Municipality Of Culasi, Through The Mayor’s Office Intends To Apply The Sum Of P 235,000.00 Being The Abc To Payments Under The Contract For Goods-2025-003. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Culasi, Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. 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) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From Municipality Of Culasi And Inspect The Bidding Documents At The Address Given Below During Mondays – Fridays 8:00 Am – 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 7, 2025 - February 14, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. Municipal Treasurer’s Office Municipal Building Culasi, Antique 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 14 2025, 9:01 Am At The Municipal Bac Office, Municipal Hall, Culasi, Antique. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 9:01 Am On February 14, 2025 At The Municipal Bac Office, Municipal Hall, Culasi, Antique Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. In Case Of A Tie Bid The Bac Will Conduct The Guidelines On The Use Of Non-discretionary/non-discriminatory Selection Criteria As Tie-breaking Method Thru Drawlots Incase Of Two Or More Bidders Have Been Post Qualified Determined As The Bidder Having The Lowest Calculated And Responsive Bidder (lcrb) (gppb Circular No. 06-2005). 10. The Municipality Of Culasi 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: April Rose G. Rendon Bac Sec Member Bac Office Municipal Hall, Municipality Of Culasi, Province Of Antique 277-8748
Closing Date14 Feb 2025
Tender AmountPHP 235 K (USD 4.1 K)
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools
United States
Description: Amendment 01
this Amendment Is Issued To Add Familiarization Training Requirements To The Statement Of Work For Each Model Of Forklift And To Answer Questions Related To The Solicitation. An Updated Statement Of Work And Price Schedule Has Been Attached To This Solicitation. Attachment 3 Is Added To Have Vendors Sign The Sf30-solicitation Amendment To Acknowledge The Updated Familiarization Training Requirements In The Sow And Vendors Are Required To Submit This Sf30 With Their Proposals.failure To Submit The Signed Sf 30 (attachment 3) With Proposals Will Result In Bids Being Disqualified.attachment 4 Is Added To Provide Answers Relating To The Solicitation.the Updated Sow, Sf30, And Questions & Answers Attachments Can Be Found Under The Attachments/links Section.
------------------------------------------------------------------------------------------------------------------------
this Is A Combined Synopsis/solicitation For Commercial Items/services Prepared In Accordance With The Format In Subpart 12, As Supplemented With Additional Information Included In This Notice. We Will Be Using Far Subpart 13.5 Procedures For This Solicitation. This Procurement Is A Hubzone Set-aside Under Naics 811310 With A Size Standard Of 900 Employees. This Is For An Idiq Contract With A Base Period And (2) Option Periods. The Required Equipment Is Per The Attached Specifications In The Statement Of Work Provided, Including Its Delivery Timeframes. 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.
quotes Are To Be Received No Later Than 3:00 P.m. Eastern Standard U.s. Time On Wednesday, April 30, 2025, Via Email Only To The Designated Contracting Officer.
see Attachment For The Bid Schedule And Specifications/additional Terms.
all Quotes Shall Be In U.s. Dollars
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 Point Of Contact (poc). Deliveries Must Be Performed During Normal Installation Work Hours Which Are Available From The Poc, Excluding Federal Holidays.
instructions To Offerors:
submit Quotes By Email To James.isola@dla.mil No Later Than Wednesday, April 30, 2025, At 3:00 P.m. Eastern Time. 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 5:00 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. Quotes Are To Include:
1) The Bid Schedule Is Attached And Responding Firms Are Required To Complete And Return The Bid Schedule For All Line Items.
2) Complete Listing Of Clin Specifications For Each Equipment Offered Item, Fully Demonstrating The Equipment Meets The Required Specifications In The Attachment.
3) Offerors Shall Provide The Applicable Cage Code And Unique Entity Identifier With Their Bid Submission. The Information Located In Far 52.212-3 (offerors Representations And Certifications) Must Be Current On Sam.gov At The Time Of Quote Submission.
any Solicitation Questions Shall Be Submitted No Later Than Monday, April 14, 2025 At 3:00 Pm Eastern Time To James.isola@dla.mil. In The Event Questions Are Received, A Solicitation Amendment Will Be Posted To Distribute The Answers Prior To The Closing Date Of The Solicitation. The Government Is Not Responsible For Answering Questions Received After This Deadline.
evaluation:
quotations Will Be Evaluated On A Lowest-price Technically Acceptable Basis. Award Will Be Made To The Firm That Offers The Lowest Total Cost To The Government For The Entire Requirement After A Pass/fail Evaluation Of The Contractors’ Provided Technical Submittals Meeting Or Exceeding Salient Characteristics.
far 52.212-1 (instructions To Offerors -- Commercial) (sep 2023)
fill-in Coverage: All Offerors Shall Submit The Make, Model, And Technical Specifications Of The Forklift Being Quoted For Technical Acceptability Review. The Detailed Specifications Shall Be Complete To Verify That All Salient Characteristics Are Met In Accordance With The Statement Of Work.
offerors Shall State The Place Of Manufacture/country Of Origin Of The Equipment They Are Quoting For This Solicitation. (see 252.225-7020 Trade Agreements Certificate—basic)
52.203-6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (nov 2021)
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements Jan 2017
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
52.204-23 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
52.204-30, Federal Acquisition Supply Chain Security Act Orders—prohibition. (dec 2023)
52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment Jan 2025
52.209-7 Information Regarding Responsibility Matters Oct 2018
52.209-9 Updates Of Publicly Available Information Regarding Responsibility Matters Oct 2018
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
52.212-2 Evaluation—commercial Products And Commercial Services Nov 2021
52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services May 2024
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
52.216-18 Ordering Aug 2020
52.216-19 Order Limitations Oct 1995
52.216-22 Indefinite Quantity Oct 1995
52.217-5 Evaluation Of Options Jul 1990
52.217-9 Option To Extend The Term Of The Contract Mar 2000
52.219-3 Notice Of Hubzone Set-aside Or Sole Source Award Oct 2022
52.219-8 Utilization Of Small Business Concerns Jan 2025
52.219-14 Limitations On Subcontracting Oct 2022
52.219-28 Post-award Small Business Program Rerepresentation Jan 2025
52.222-3 Convict Labor June 2003
52.222-19 Child Labor—cooperation With Authorities And Remedies Jan 2025
52.222-20 Contracts For Materials, Supplies, Articles, And Equipment Exceeding $15,000 Jun 2020
52.222-35 Equal Opportunity For Veterans (jun 2020)
52.222-36 Equal Opportunity For Workers With Disabilities (jun 2020)
52.222-37 Employment Reports On Veterans (jun 2020)
52.222-40 Notification Of Employee Rights Under The National Labor Relations Act Dec 2010
52.222-50 Combating Trafficking In Persons Nov 2021
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation Dec 2016
52.223-23 Sustainable Products And Services May 2024
52.225-13 Restrictions On Certain Foreign Purchases Feb 2021
52.226-8 Encouraging Contractor Policies To Ban Text Messaging While Driving May 2024
52.229-11 Tax On Certain Foreign Procurements—notice And Representation Jun 2020
52.229-12 Tax On Certain Foreign Procurements Feb 2021
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
52.252-5 Authorized Deviations In Provisions Nov 2020
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
252.204-7016 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
252.204-7024 Notice On The Use Of The Supplier Performance Risk System Mar 2023
252.211-7003 Item Unique Identification And Valuation Jan 2023
252.215-7008 Only One Offer Dec 2022
252.223-7008 Prohibition Of Hexavalent Chromium Jan 2023
252.225-7012 Preference For Certain Domestic Commodities Apr 2022
252.225-7020 Trade Agreements Certificate--basic Nov 2014
252.225-7021 Trade Agreements--basic Feb 2024
252.225-7048 Export-controlled Items Jun 2013
252.225-7052 Restriction On The Acquisition Of Certain Magnets And Tungsten May 2024
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
252.226-7001 Utilization Of Indian Organizations, Indian-owned Economic Enterprises, And Native Hawaiian Small Business Concerns Jan 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
252.243-7002 Requests For Equitable Adjustment Dec 2022
252.244-7000 Subcontracts For Commercial Products Or Commercial Services Nov 2023
252.247-7023 Transportation Of Supplies By Sea--basic Oct 2024
dlad Procurement Notes:
dlad 5452.233-9001 Disputes – Agreement To Use Alternative Dispute Resolution (jun 2020)
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)
l09 Reverse Auction (oct 2016)
Closing Date30 Apr 2025
Tender AmountRefer Documents
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: 04/21/2025- Amendment 0005-1) Incorporate Updated And Revised Statement Of Work
2) Incorporate Questions And Answers From Bidders' Questions
3) Incorporate Photos From Site Visit
4)update The Following Clauses: Fa0-0010 Assignment Of Contract Administration Office And Functions
04/09/2025-amendment 0004-1) Change Bid Due Date From April 15, 2025, To May 20, 2025, No Later Than 10:00 Am Mst (az). 2) Remove The Following Clauses: 52.222-21 Prohibition Of Segregated Facilities (apr 2015), 52.222-26 Equal Opportunity (sept 2016), 52.222-27 Affirmative Action Compliance Requirements For Construction (apr 2015) 3) Add The Following Clauses: 52.252-6 Authorized Deviations In Clauses (nov 2020)
03/04/2025-amendment 0003 - 1)change Bid Due Date From March 12, 2025, To April 15, 2025, No Later Than 10:00 Am Mst (az).
02/04/2025- Amendment 0002- 1.)change Bid Due Date From February 12, 2025 To March 12, 2025 At 10 Am Mst. 2.) Update Clauses 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed For Debarment, Or Voluntarily Excluded (jan 2025), 52.219-8 Utilization Of Small Business Concerns (jan 2025), 52.219-28 Post Award Small Business Program Representation (jan 2025), 52.222-54 Employment Eligibility Verification (jan 2025), 52.244-6 Subcontracts For Commercial Products And Commercial Services (jan 2025) And 52.204-8 Annual Representations And Certifications. 3.) Add Clause 52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities (nov 2024)
01/06/2025- Amendment 0001 - Site Visit Meeting Minutes, Site Visit Sign In Sheet, Updated Construction Wage Determination And Change Bid Due Date.
*we Anticipate The Response's To Bidders Questions And Photos From Site Visit To Be Made Avaible Around 01/17/2025.
the Federal Bureau Of Prisons (fbop) Anticipates Issuance Of Solicitation 15bfa025b00000006 For The Award Of A Firm-fixed-price Construction Contract For A Project Entitled Replace Roof Fci Low I At The Federal Correctional Complex (fcc) Yazoo City Located In Yazoo City, Mississippi.
fcc Yazoo City Is A Federal Correctional Complex Located At 2225 Haley Barbour Pkwy, Yazoo City, Mississippi 39194. The Project Consists Of Furnishing All Equipment, Materials, And Labor For The Flat Roofing System Replacement Of One Building That Houses The Safety, Personal Services And Votech Building. The Total Square Footage Of Replacement Roofing Is 21,500 Square Feet. Specification Attachments Included With The Solicitation Will Provide Complete Requirements For The Project. The Solicitation Will Be Posted At A Later Date.
any Secured/locked Documents With The Solicitation Will Require An Active Vendor Registration At Https://sam.gov As Well As Your Marketing Partner Identification Number (mpin) Associated With Your System For Award Management (sam) Registration. If You Encounter Problems Accessing These Documents, Please Contact The Federal Service Desk At 866-606-8220.
pursuant To Federal Acquisition Regulation (far) 36.204, The Estimated Magnitude Of The Project Lies Between $500,000 And $1,000,000. (note: This Range Is One Of Eight Available Ranges From Far 36.204 And Is Not Meant To Imply That The Project Has Necessarily Been Estimated/budgeted To The Maximum Of The Selected Range. It Merely Conveys That The Estimate/budget Lies Somewhere Within That Range). The North American Industrial Classification System (naics) Code Applicable To This Requirement Is 238160 (roofing Contractors) With A Corresponding Small Business Size Standard Of $19 Million.
the Performance Period For The Project Will Be 245 Calendar Days From Issuance Of The Notice To Proceed.
the Solicitation Will Be Available Approximately November 12, 2024. The Solicitation Will Be Distributed Solely Through The Sam Database At Https://sam.gov. Hard Copies Of The Solicitation Will Not Be Made Available. The Website Provides Download Instructions.
all Future Information About This Solicitation, Including Any Amendments, Will Also Be Distributed Solely Through This Website. Interested Parties Are Responsible For Continuously Monitoring This Website To Ensure That They Have The Most Recent Information About This Proposed Contract Action.
this Is A 100 Percent Small Business Set-aside. In Order To Qualify For Award, Your Business Size Metrics Information Entered In Your Sam Registration Must Be Less Than Or Equal To The Size Standard Specified Above (see Provision 52.219-1 In The Representations & Certifications Section Of Your Registration And View The Table Therein Listing Naics Codes And Your Indicated Business Size Relative To The Assigned Naics Code Above).
each Bidder's Sam Registration Will Be Reviewed By The Government To Confirm That Your Business Size Meets The Small Business Size Standard Requirement. All Bidders Are Urged To Double Check Their Sam Registration And Update As Necessary, Including The Size Metrics Information.
this Solicitation Is Intended Only For Those Who Would Be Entering Into A Prime Contract With The Fbop For The Entirety Of This Project. The Fbop Does Not Award Subcontracts. Subcontracts (if Applicable/necessary) Are The Responsibility Of The Prime Contractor. The Fbop Has No Privity Of The Contract With Subcontractors.
important: Any Contractor Interested In Obtaining A Contract Award With The Federal Bureau Of Prisons Must Be Registered In The System For Award Management (sam) At Https://sam.gov.
if You Have Questions About Sam.gov, Government Procurements In General, Or Need Assistance In The Preparation Of Your Bid/proposal/offer, A Local Procurement Technical Assistance Center (ptac) May Be Able To Help. The Procurement Technical Assistance Program Was Authorized By Congress In 1985 In An Effort To Expand The Number Of Businesses Capable Of Participating In The Government Marketplace. To Locate A Ptac Near You, Go To Http://www.aptac-us.org.
Closing Date20 May 2025
Tender AmountRefer Documents
Philippine Public Safety College Tender
Software and IT Solutions
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid Rebidding For The Procurement Of Ict Resources Of Ppsc Head Office And Constituent Units For Office Productivity Ppsc Bac Ib No.014 (g) 2025 1. The Philippine Public Safety College (ppsc), Through The General Appropriations Act (gaa) Fy2025 Intends To Apply The Sum Of Two Million Nine Hundred Seventy-nine Thousand Pesos (php2,979,000.00) Being The Abc To Payments Under The Contract For Rebidding For The Procurement Of Ict Resources Of Ppsc Head Office And Constituent Units For Office Productivity. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Reference Number Items Qty Total Amount Total Amount Per Lot Ppsc Bac Ib No.014 (g) 2025 Lot 1 Desktop W/ Monitor And Licensed Os 15 Units 749,985.00 Php1,580,300.00 Laptops W/ Licensed Os 7 Units 349,300.00 Uninterruptible Power Supply For Desktop Computers 10 Units 64,015.00 Wireless Presenter 5 Pcs. 12,000.00 Computer Monitor 10 Units 75,000.00 Inkjet Printer 15 Units 150,000.00 Laser Jet Printer 10 Units 180,000.00 Lot 3 Wireless Projector 6 Units 270,000.00 Php344,700.00 Lcd Projectors 3 Units 74,700.00 Lot 4 8-channel Ip Camera Package 4 Sets 100,000.00 Php100,000.00 Lot 5 Document Management S Stem 7 Accounts 162,000.00 Php162,000.00 Lot 6 Virtual Private Server 1 Subscription 192,000.00 Php192,000.00 Lot 8 Office Productivity Software Subscription 100 Subscriptions 520,000.00 Php520,000.00 Lot 11 Drone For Ppsc Avps And Documentation 1 Unit 80,000.00 Php80,000.00 3. The Ppsc Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days From The Date Received Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 4. 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) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 5. Prospective Bidders May Obtain Further Information From Bac Secretariat, 2f Ppsc Lot 2 Mwss Compound Katipunan Avenue Corner Ayala Heights Old Balara, Quezon City And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. – 4:00 P.m., Monday – Friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On June 01, 2025 – June 23, 2025, From The Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Each (₱5,000.00) Lot 1, One Thousand Pesos Each ((₱1,000.00) Lot 8 And Five Hundred Pesos (p500.00) Each For The Remaining Lots . The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment Of The Fees In Person. 7. The Ppsc Will Hold A Pre-bid Conference On June 9, 2025, @ 10:00 Am Via Webex Meetings Platform, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am, June 23, 2025. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On June 23, 2025, 10:00 Am, At The Given Address Below Conference Room 3rd Floor Lot 2 Mwss Compound Katipunan Avenue Corner Ayala Heights Old Balara, Quezon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Ppsc Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Rolando J. Garcia Bac Secretariat Office 2f Ppsc Lot 2 Mwss Compound Katipunan Avenue Corner Ayala Heights Old Balara, Quezon City Rolando.garcia@ppsc.gov.ph Tel. No. (02)8657-3158 13. You May Visit The Following Website: Www.ppsc.gov.ph June 01, 2025 ______________________________________ (sgd.) Mylene G. Rondina, Mpsa Chairperson, Ppsc Bac
Closing Date23 Jun 2025
Tender AmountPHP 2.9 Million (USD 52.4 K)
Cagayan Valley Medical Center Tender
Others
Philippines
Details: Description 1. Cellular Phone (35 Pcs.) - Network Technology: Gsm/ Hspa/ Lte - Display Type: Ips Lcd, 90hz - Os: Android 14, Hyper Os, Mediatek Helio G81 Ultra, - Octa-core - Dimension: At Least 6.67 Inches, 720x1604 Pixels - Memory: Card Slot-microsdxc (dedicated Slot) - Internal- 128gb 6gb Ram - Main Camera: At Least 50 Mp Led Flash, Hdr - Video 1080p@30fps - Selfie Camera: At Least 13 Mp - Video 1080p@30fps - Sound: Loudspeaker, 3.5mm Jack - Features: Fingerprint Sensor( Side Mounted), Accelerometer, Virtual - Proximity Sensing, Compass - Battery: At Least 5160 Mah Non-removable, 18w Wired Charging, Pd 2. Portable Trolley Speaker (5 Pcs.) - At Least 600 Watts - With Bluetooth +tws - Usb And Sd Playback - With Fm Radio - With Line In And Line Out - At Least 2 Guitar Input - At Least 2 Wired Mic Input - Mic Priority - High Quality Lead Acid At Least 12 Ah Battery - 12 Volts Dc Input - With 2 Free Wireless Mic - Dimension: At Least (l) 36.5 Cm (w) 40 Cm (h) 67.5 3. Drone (1 Pc.) - Aircraft - Takeoff Weight: At Least 249 G - Dimensions: Folded (without Propellers): At Least 148×94×64 Mm (l×w×h) - Unfolded (with Propellers): At Least 298×373×101 Mm (l×w×h) - Unfolded (with Propellers): At Least 298×373×101 Mm (l×w×h) - Max Ascent Speed:at Least 5 M/s (s Mode) - At Least 5 M/s (n Mode) - At Least 3 M/s (c Mode) - Max Descent Speed:at Least 5 M/s (s Mode) - At Least 5 M/s (n Mode) - At Least 3 M/s (c Mode) - Max Take Off Altitude: At Least 4000 M - Max Flight Time: At Least 45 Minutes - Max Hovering Time: At Least 39 Minutes - Max Flight Distance: At Least 25 Km - Max Wind Speed Resistance: At Least 10.7 M/s - Max Pitch Angle: At Least 35° Camera - Image Sensor: At Least 48 Mp - Iso Range: At Least 6400 - Max Image Size: 8064x6048 - Photo Format: Jpeg/ Dng (raw) - Video Format: Mp4 - Gimbal - Stabilization: 3-axis Mechanical Gimbal (tilt, Roll, Pan) - Mechanical Range: Tilt: 135 ° To 80 ° - Roll: 135 ° To 45 ° - Pan: 30 ° To 30 ° - Controllable Range: Tilt: 90 ° To 60 ° - Roll: -90 ° Or Zero ° - Max Control Speed (tilt): 100 ° /s - Angular Vibration Range: ±0.01° Sensing - Forward: Measurement Range: 0.5 - 18 M - Detection Range: 0.5-200m - Effective Sensing Speed: Flight Speed ≤12 M/s - Fov: Horizontal 90°, Vertical 72 ° - Backward: Measurement Range: 0.5 - 15 M - Detection Range: 0.5-200m - Effective Sensing Speed: Flight Speed ≤12 M/s - Fov: Horizontal 90°, Vertical 72 ° - Lateral: Measurement Range: 0.5 - 12 M - Detection Range: 0.5-200m - Effective Sensing Speed: Flight Speed ≤12 M/s - Fov: Horizontal 90°, Vertical 72 ° - Fov: Horizontal 90°, Vertical 72 ° - Detection Range: 0.5-200m - Effective Sensing Speed: Flight Speed ≤12 M/s - Fov: Horizontal 90°, Vertical 72 ° - Downward: Measurement Range: 0.5 - 15 M - Detection Range: 0.5-200m - Effective Sensing Speed: Flight Speed ≤12 M/s - Fov: Horizontal 90°, Vertical 72 ° 4. Dslr Camera (1 Pc.) - Weight: At Least 730 G - Colour: Black - Dimensions: (wxhxd): At Least 139 X 105 X 79mm Sensor - Effective Pixels: At Least 24 Mp - Sensor Type: Cmos - Total Pixels: At Least 23 Mp - Sensor Format: Aps-c - Sensor Size: At Least 22.5 X 15mm Lens - Lens Mount: Ef/ef-s - White Balance: Yes - Aperture: F6 - Focal Length: At Least 135 Mm - Focus Range: At Least 39cm - Exposure Compensation: +/- Ev - Focus: Auto Focus, Manual Focus - Iso Range: 100 - Iso Auto: Yes Recording - Image Format: Raw, Jpeg - Video Format: Mp4, Mov - Aspect Ratio: 3:2 - Video Resolution: Full Hd Memory - Memory Card: Microsd Card, Micro Sdhc Card - External Memory: Yes Display - Display Resolution: At Least 1920 X 1080 Pixels - Display Size: At Least 3" - Display Type: Lcd - Adjustable Angle: Tiltable - Viewfinder: Electronic - Viewfinder Coverage: 100% - Live View: Yes - Touch Screen: Yes Connectivity - Usb: Micro Usb - Audio: Microphones, Headphones - Connections: Hdmi Shutter - Shutter Speed: 1/8000s - Shutter Type: Electronically Controlled Focal Plane Shutter Features Camera Features: Self-timer, Built-in Flash, Waterproof, Dustproof
Closing Date7 Feb 2025
Tender AmountPHP 443 K (USD 7.7 K)
City Government Of Calapan Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Details: Description Purchase And Delivery Of Computer Inks & Accessories For The Use Of City Government Of Calapan (2nd Qtr.)lot 1. 1 Unit Ac600 Wifi Adapter 1 Unit Antivirus, 3 Users 1 Unit Computer Camera 1 Unit Computer Keyboard,mini Usb 1 Unit Computer Mouse Usb 30 Pcs Computer Ribbon Epson Lq 310 10 Pcs Computer Ribbon Epson Lx 310 5 Units External Hard Drive 1tb 7 Btls Ink For Brother Bt5000, Cyan 7 Btls Ink For Brother Bt5000, Magenta 7 Btls Ink For Brother Bt5000, Yellow 14 Btls Ink For Brother Btd60, Black 2 Btls Ink For Brother Dcp-t420w, Black 1 Btl Ink For Epson 003 (l5290) Cyan 1 Btl Ink For Epson 003 (l5290) Magenta 1 Btls Ink For Epson 003 (l5290) Yellow 2 Btls Ink For Epson 003 (l5290) Black 27 Btls Ink For Epson 003, Black 8 Btls Ink For Epson 003, Cyan 7 Btls Ink For Epson 003, Magenta 8 Btls Ink For Epson 003, Yellow 6 Btls Ink For Epson 664, Black (l120 , L121 ) 2 Btls Ink For Epson 664, Cyan 2 Btls Ink For Epson 664, Magenta 1 Btls Ink For Epson 664, Yellow 5 Btls Ink For Epson Eco Tank L5290, Black 3 Btls Ink For Epson Eco Tank L5290, Cyan 3 Btls Ink For Epson Eco Tank L5290, Magenta 3 Btls Ink For Epson Eco Tank L5290, Yellow 2 Btls Ink For Epson L 15150, Black 1 Btl Ink For Epson L 15150, Cyan 1 Btl Ink For Epson L 15150, Magenta 1 Btl Ink For Epson L 15150, Yellow 1 Btl Ink For Epson L 210, Cyan 1 Btl Ink For Epson L 210, Magenta 1 Btl Ink For Epson L 210, Yellow 2 Btls Ink For Epson L 210, Black 2 Btls Ink For Epson L121 664, Black 2 Btls Ink For Epson L121 664, Cyan 2 Btls Ink For Epson L121 664, Magenta 2 Btls Ink For Epson L121 664, Yellow 2 Btls Ink For Epson L3110, Black 1 Btl Ink For Epson L3210, Cyan 1 Btl Ink For Epson L3210, Magenta 8 Btls Ink Refill For Brother Bt5000, Cyan 8 Btls Ink Refill For Brother Bt5000, Magenta 6 Btls Ink Refill For Brother Bt5000, Yellow 25 Btls Ink Refill For Brother Btd60, Black 2 Btls Ink Refill For Brother T310, Black 10 Btls Ink Refill For Brother T710w, Black 6 Btls Ink Refill For Brother T710w, Cyan 6 Btls Ink Refill For Brother T710w, Magenta 6 Btls Ink Refill For Brother T710w, Yellow 39 Btls Ink Refill For Epson 003, Black 19 Btls Ink Refill For Epson 003, Cyan 16 Btls Ink Refill For Epson 003, Magenta 16 Btls Ink Refill For Epson 003, Yellow 11 Btls Ink Refill For Epson 664, Black 5 Btls Ink Refill For Epson 664, Cyan 6 Btls Ink Refill For Epson 664, Magenta 4 Btls Ink Refill For Epson 664, Yellow 1 Btls Ink Refill For Epson L1800, Black 673 2 Btls Ink Refill For Epson L1800, Cyan 673 27 Btls Ink Refill For Epson L3110, 100ml, Black 7 Btls Ink Refill For Epson L3110, 100ml, Cyan 7 Btls Ink Refill For Epson L3110, 100ml, Magenta 7 Btls Ink Refill For Epson L3110, 100ml, Yellow 2 Btls Ink Refill For Epson Eco Tank L5290, Black 2 Btls Ink Refill For Epson Eco Tank L5290,magenta 2 Btls Ink Refill For Epson Eco Tank L5290, Cyan 2 Btls Ink Refill For Epson Eco Tank L5290, Yellow 1 Unit Intelligent Flight Battery (drone Battery) 1 Pc Keyboard (usb Type) 1 Pc Keyboard Wireless, Right Hand Placement Of Number Keys 1 Pc Keyboard, Usb, Mini & Ordinary 1 Unit Power On Delay 1000watts 1 Unit Printer (print/scan/copy) Wifi Ready 1 Unit Printer With Scanner (l3210) 1 Unit Printer, (print/scan/copy) Wifi Ready 1 Unit Printer, (print/scan/copy) Wifi Ready 1 Unit Printer, Print / Scan / Copy / A4, Long, Short (l5290) 5 Unit Card Printer Ribbon Pack ( 400prints) 1 Unit Uninterrupted Power Supply 750va 1 Unit Uninterrupted Power Supply 650va 3 Btls Universal Ink ,1000ml, Black 1 Btl Universal Ink ,1000ml, Cyan 1 Btl Universal Ink ,1000ml, Magenta 1 Btl Universal Ink ,1000ml, Yellow 4 Pcs Usb Flash Drive, 32gb 1 Pc Usb Flash Drive, 64gb
Closing Date10 Jun 2025
Tender AmountPHP 414.2 K (USD 7.2 K)
2591-2600 of 2746 archived Tenders