Drone Tenders
Drone Tenders
DEPT OF THE ARMY USA Tender
Laboratory Equipment and Services
Corrigendum : Closing Date Modified
United States
Details: *amendment 0001 Of Source Sought Posted 23 Jan 2025.
a Market Survey Is Being Conducted To Determine If There Are A Reasonable Number Of Interested Small Business Concerns To Set This Future Project Aside For Them. If Your Firm Is A Small Business, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business And You Are Interested In This Project Please Respond Appropriately.
project Description: Analytical Laboratory Services For Various Chemical And Biological Parameters In Water Samples. Parameters To Be Analyzed Include: Total, Dissolved, And Suspend Solids; Common Forms Of Nitrogen And Phosphorus; Organic Carbon; Hardness; Alkalinity; Chloride; Sulfate; Total And Dissolved Metals Commonly Analyzed With Epa 200 And 300 Series Test Methods; Chlorophyll A, B, And C And Pheophytin A; E. Coli; Acidity; And Taxonomic Identification And Enumeration Of Phytoplankton, Zooplankton, And Benthic Macroinvertebrates Samples. Total Number Of Samples Will Vary Per Year, But An Approximate Number Of Samples Per Year May Be Around 150 Samples For Many Of The Water Chemistry Parameters, Around 50 Samples For Phytoplankton, And Around 30 Samples For Benthic Macroinvertebrates.
the Contractor Lab Would Be Required To Pickup Samples Within The Louisville District Area Of Responsibility (figure Below) Within A 24-hours Notice. It Is Expected Most Sample Pickups Would Be From The Louisville Downtown Area.
contract Duration Is Estimated At 1,736 Calendar Days. The Estimated Cost Range Is Between $1,000,000 And $5,000,000 (far 36.204 & Dfars 236.204). Naics Code Is 541380. All Interested Small Businesses, Certified Hubzone, 8a, Woman-owned Small Business Or Service-disabled Veteran Owned Business Contractors Should Respond To This Survey Via Email By Friday, 07 February 2025 At 10:00am Eastern Time.
email Responses And Any Questions To Amber Drones Amber.l.drones@usace.army.mil. This Is Not A Request For Proposal And Does Not Constitute Any Commitment By The Government. Responses To This Sources Sought Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. All Interested Sources Must Respond To Future Solicitation Announcements Separately For Responses To This Market Survey.
Closing Date7 Feb 2025
Tender AmountRefer Documents
Bureau Of Fisheries And Aquatic Resources Rv Tender
Electronics Equipment...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Request For Quotation The Bureau Of Fisheries And Aquatic Resources, Regional Office No. 5, Fabrica, Bula, Camarines Sur Is Requesting From Prospective Suppliers To Submit Quotation For The Supply And Delivery Of Various It Supplies. Quantity Unit Item Description Unit Cost Total Cost 3 Unit Laptop 44,000.00 132,000.00 Specs: Processor: Amd Ryzen 57520u Display: Fhd (1920 X 1080) Oled 16:9 Aspect Ratio Memory: 16gb Ddr4 On Board Storage: 512gb M.2 Nvme Pcle 3.0 Ssd Gpu: Amd Radeon Graphics Os: Windows 11 Home 3 1tb Portable Ssd 7,500.00 22,500.00 Specs: 1tb Storage Capacity Usb-c 3.2 Gen 2 Interface Up To 800 Mb/s Transfer Speed Bus Powered Drop Resistant Up To 6.6’ Integrated Rubber Hook 1 Mirrorless Camera 49,999.00 49,999.00 Specs: 24.2mp Aps-c Exmor Cmos Sensor Uhd 4k30p And Full Hd 120p Video 3.0" Side Flip-out Touchscreen Lcd 425-point Fast Hybrid Af Up To 11-fps Shooting, Iso 100-32000 Real-time Eye Af And Tracking Background Defocus & Face Priority Ae Directional 3-capsule Mic And Windscreen Headphone And Microphone Ports E Pz 16-50mm F/3.5-5.6 Oss Lens In The Box: Mirrorless Camera Lithium-ion Rechargeable Battery Ac Adapter Usb-c Cable Shoulder Strap Wind Screen Brand New 1 Drone Camera 40,000.00 40,000.00 Specs: Built-in Full-coverage Propeller Guards Portable Design With Folding Propellers Up To 4k60 Horizontal Video Up To 2.7k Vertical Video 48mp Still Images Al Subject Tracking & Auto Flight Modes Up To 31 Minutes Of Flight Time 04 Transmission With Up To 8-mile Range 10-bit D-log M Color Mode Rc 2 Remote Controller Included 1 2.4 Ghz Dual-channel Wireless Microphone 7,000.00 7,000.00 - 36-hour Battery Life With An Upgraded Charging Case - Stable Line-of-sight Range, Doubled To 100 M - Versatile Ports Options, Effortless Compatibility - One-click Noise Cancellation For Crystal-clear Sound - Plug-and-play Easy Operation Together With The Quotation, The Participating Prospective Suppliers Shall Also Submit The Following Requirements: 1. Mayor’s/business Permit 2. Philgeps Registration No. The Approved Budget For The Contract (abc) Is Two Hundred Fifty One Thousand Four Hundred Ninety Nine Pesos (php251,499.00) Only. Subject Items Must Be Completely Delivered Within Fifteen (15) Calendar Days Upon Receipt Of The Purchase Order By The Supplier At Bfar-ro5 Fabrica, Bula, Camarines Sur. All Quotations Shall Be Submitted To The Office Of The Bac Secretariat, Bfar 5, Fabrica, Bula, Camarines Sur Before 1:00 O’clock In The Afternoon Of February 17, 2025 Which Shall Be Opened And Evaluated By The Bac Thereafter At The Office Of The Bac Secretariat At The Same Address. This Requisition Is Made Thru Alternative Mode Of Procurement Under Rule Xvi Of The 2016 Revised Irr Of Ra 9184, Specifically Thru Shopping Under Section 52.1b And 52.2, As Per Prior Recommendation Of The Bids And Awards Committee. For Inquiries, You May Contact Ms. Aries C. Tang @ 09161135185 Or You May Visit The Office Of The Bac Secretariat At The Bfar 5, Fabrica, Bula, Camarines Sur. Bfar Ro 5 Reserves The Right To Reject Any Bid, To Waive Any Part Thereof, Waive Any Defect Contained Therein And Accept The Offer Most Advantageous To The Interest Of The Government. Joelle M. Benavidez Bac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 251.4 K (USD 4.3 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
Department Of Agriculture Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Negotiated Procurement-two Failed Biddings For The Procurement Of Various Office Equipment/appliances. 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Negotiated Procurement-two Failed Biddings Through The National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of One Million Six Hundred Thirty Thousand Pesos (₱1,630,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Office Equipment/appliances. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Procurement Of Various Office Equipment/appliances With The Following Details/specifications: 1) 8 Sets Smarttv With Stand @ 100,000.00/set Smart Tv Specifications: Screen Size: 65 Inches Display Technology: Qled Special Feature: Quantum Processor Lite 4k|quantum Hdr|4k Upscaling|dual Led Included Components: 1 Number Led Tv, 1 Number Power Cord, 1 Number Remocon, 2 Numbers Stand-cover Top Connectivity Technology: Wi-fi, Usb, Ethernet, Hdmi Aspect Ratio: 16:9 Product Dimensions:2.6d X 145.1w X 83.1h Centimeters Resolution: 4k Ultra Hd (3840 X 2160) Resolution |refresh Rate : 50 Hertz Connectivity : 3 Hdmi Ports For Seamless Connectivity With External Devices | 2 X Usb-a Usb Ports To Connect Hard Drives Or Other Usb Devices |wi-fi | Bluetooth | Anynet+ (hdmi-cec)| Ethernet (lan) Port| Digital Audio Out (optical)| Rf In (terrestrial / Cable Input / Satellite Input) Sound: 20w Output- 2ch | Powerful Speakers With Ots Lite | Adaptive Sound | Q-symphony Smart Tv Features : Bixby | Web Browser | Smartthings Hub / Matter Hub / Iot-sensor Funtionality | Apple Airplay | Multi View | Daily+ | Mobile To Tv Mirroring | Tv Initiate Mirroring | Sound Mirroring | Wireless Tv On | Tap View Display: Quantum Processor Lite 4k | Quantum Hdr | Support | Dual Led | Supreme Uhd Dimming | Contrast Enhancer | Motion Xcelerator | 4k Upscaling Filmmaker Mode With 5meters Hdmi Cable Warranty Information : 2 Year Warranty (1 Year Standard Warranty + 1 Year Additional Warranty On Panel From The Date Of Purchase) Tv Stand Specifications: Height Adjustable Movable Tv Stand Tv Screen Size: 32″- 75″ Max Weight: 75 Kg / 165 Lbs. Supported Vesa: 200x200mm, 400x200mm, 300×300,400x400mm, 600x400mm Adjustment Range: 990mm-1430mm Adjustable Angle: +15° ~ -15° Material: Powder Coated Steel Silent Lockable Wheels Heavy-duty Casters: Smooth Mobility With Quality That Lasts A Lifetime Power Board And Cable Management Height Adjustable Equipment Shelf: Provides More Storage Space For Accessories 2) 3 Sets Drone Camera - Fly More Combo Drone@ 120,000.00/set Specifications: Takeoff Weight 595 G, 3-axis Gimbal Camera, 5.4k Video, 1-inch Cmos Sensor, 4 Directions Of Obstacle Sensing, 31 Mins Flight Time, 12km 1080p Video Transmission, 64gb Microsd Card. Battery : Capacity 3750 Mah / 3500 Mah Battery Type : Lipo 3s Remote Control: Rc-ni Controller Connectors: Lightning, Micro Usb, Usb-c Inclusion: 3 X Intelligent Flight Battery, Battery Charger, Ac Power Cable, 6 X Pairs Of Low-noise Propellers, Gimbal Protector, Usb Type-c Cable, Usb Type-c Remote Cable, Lightning Remote Cable, Micro, Usb Remote Cable, Pair Of Control Sticks, Nd Filter Set (nd4/8/16/32), Battery Charging Hub, Battery-to-power Bank Adapter, Shoulder Bag 3) 1 Set Drone Camera With Complete Accessories@ 120,000.00 Specifications: Takeoff Weight: Approx. 377 G Dimensions: 185×212×64 Mm (l×w×h) Max Ascent Speed: 6 M/s (normal Mode), 9 M/s (sport Mode) Max Descent Speed: 6 M/s (normal Mode), 9 M/s (sport Mode) Max Horizontal Speed (near Sea Level, No Wind): 8 M/s (normal Mode), 16 M/s (sport Mode), 27 M/s (manual Mode)* Max Takeoff Altitude: 5000 M Max Flight Time: Approx. 23 Mins Max Hovering Time: Approx. 21 Mins Max Flight Distance: 13.0 Km Max Wind Speed Resistance: 10.7 M/s (level 5) Operating Temperature: -10° To 40° C (14° To 104° F) Global Navigation Satellite System: Gps + Galileo + Beidou Hovering Accuracy Range, Vertical: ±0.1 M (with Vision Positioning), ±0.5 M (with Gnss Positioning), Horizontal: ±0.3 M (with Vision Positioning), ±1.5 M (with Gnss Positioning) Internal Storage: 46 Gb Image Sensor: 1/1.3-inch Image Sensor, Effective Pixels: 12 Mp Lens Fov: 155°, Format Equivalent: 12 Mm, Aperture: F/2.8, Focus: 0.6 M To ∞ Iso Range: 100-25600 (auto), 100-25600 (manual) Shutter Speed Video: 1/8000-1/30 S, Photo: 1/8000-1/50 S Max Image Size: 4000×2256 (16∶9), 4000×3000 (4∶3) Still Photography Mode: Single Shot Photo Format: Jpeg Video Resolution 4k (4∶3): 3840×2880@30/50/60fps, 4k (16∶9): 3840×2160 30/50/60/100fps, 2.7k (4∶3): 2688×2016@30/50/60fps, 2.7k (16∶9): 2688×1512@30/50/120fps, 1080p (4∶3): 1440×1080@30/50/120fps, 1080p (16∶9): 1920×1080@30/50/120fps Video Format: Mp4 (h.264/h.265) Max Video Bitrate: 130 Mbps Stabilization: Single-axis Mechanical Gimbal (tilt) Mechanical Range: Tilt: -95° To 90° Controllable Range: Tilt: -85° To 80° Max Control Speed (tilt): 100°/s Angular Vibration Range: ±0.01° Sensing Type Downward And Backward Visual Positioning Video Transmission System: O4 Live View Quality: 1080p@30/50/60/100fps Operating Frequency: 2.400-2.4835 Ghz, 5.170-5.250 Ghz*, 5.725-5.850 Ghz* Communication Bandwidth: Max 60 Mhz Max Transmission Distance (unobstructed, Free Of Interference): Fcc: 13 Km, Ce: 10 Km, Srrc: 10 Km, Mic: 10 Km Max Video Bitrate: 60mbps Antennas: 4 Antennas, 2t4r Wi-fi Protocol: 802.11a/b/g/n/ac Operating Frequency: 2.400-2.4835 Ghz, 5.725-5.850 Ghz Bluetooth Protocol: Bluetooth 5.0 Operating Frequency: 2.400-2.4835 Ghz Transmitter Power (eirp): <10 Dbm Intelligent Flight Battery Capacity: 2150 Mah Weight: Approx. 145 G Standard Voltage: 14.76 V Max Charging Voltage: 17 V Battery Type: Li-ion 4) 2 Units Projector @ 58,750.00/unit Specifications: Brightness: 4,200 Lumens (ansi)1 / 3,360 Lumens (eco), Resolution: 1024x768, Aspect Ratio: 4:3 (xga), Contrast: 10,000:1 (full On/off), Display Type: Dlp X 1, Color Wheel: 6 Segments, Color Processing: 8-bit, Video Modes: 720p, 1080i, 1080p/60, 1080p/24, 1080p/25, 1080p/30, 1080p/50, 576i, 576p, 480p, 480i, Data Modes: Max 1920x1200, 3d Modes: Pc 3d Ready, Lamp Type: 310w Metal Halide Bulb, Lamp Life: 2,500 Hours / 3,000 Hours (eco), Lamp Model: Lv-lp42, Included Lens: 1.5x Manual Zoom , Manual Focus, Optional Lenses: No, Lens Shift:no, Throw Distance: 3.9' - 32.8', Image Size: 21.27"" - 268.85"", Throw Ratio: 1.83:1 - 2.75:1 (d:w), Digital Zoom: Yes, Digital Keystone: Horizontal & Vertical, Projector Size: 4.40"" X 12.30"" X 9.00"" (hxwxd), Weight: 7.5 Lbs, Audible Noise: 40 Db / 36 Db (eco), Internal Speakers: 10.0 Watts Mono, Power: 410 Watts 100v - 240v, Connection Panel: 12-volt Trigger, Audio In: Mini Jack X 2, Audio In: Rca, Audio Out: Mini Jack, Hdmi, Hdmi (mhl), Network:, Rj-45, Rs232: Db-9pin, S-video, Usb X 2, Vga In: Dsub-15pin X 2, Vga Out: Dsub-15pin Features: Pc 3d Ready, Geometric Correction, Crestron Roomview™ 5) 3 Sets Tablet With Keyboard And Tablet Case @ 77,500.00/set Specifications: Color: Platinum Processor Type: Snapdragon X Plus 10-core Processor System Operating System: Windows 11 Home Lcd Size: 13” Pixelsense™ Display Resolution: 2880 X 1920 Graphics: Intel Qualcomm Adreno Graphics Standard Memory: 16 Gb Lpddr5x Storage Ssd Capacity: 256 Gb Ssd Wifi: Wi-fi 7 802.11be With Mu-mimo Support Bluetooth: Bluetooth Wireless 5.4 Technology Port: 2x Usb-c (usb4) / Supports Video Alt Mode And Power Delivery, 1x Surface Connector, 1x Surface Keyboard Deliver To: Da-rfo 7, Magukay, Mandaue City Delivery Of The Goods Is Required Within 30 Calendar Days From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five 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. The Following Eligibility Requirements & Other Documents Shall Be Submitted On Or Before February 3, 2025, 10:00 Am Upon Payment Of Applicable Fee At Da7-rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City: Eligibility Requirements: 1. Valid Sec/dti/cda Registration Certificate; 2. Valid Mayor’s/business Permit (for A 2-year Coverage Mayor’s/business Permit Specifically In Cebu City, Attach Official Receipt (or) As Proof Of Payment For Renewal; 3. Valid Platinum Philgeps Registration (not Expired During Opening Of Bids); 4. Valid Bir Tax Clearance (not Expired During Opening Of Bids); 5. Annual Income Tax Return Of The Preceding Tax Year; 6. Business/vat Percentage Tax Return; 7. Omnibus Sworn Statement (notarized)/secretary’s Certificate (notarized) (if There’s Any); 8. Tax Exemption Certificate (if There’s Any) 4. Pre-negotiation Conference For The Negotiated Procurement With Interested Bidders/suppliers Will Be Conducted On January 21, 2025, 2:00 Pm At Da-7 Rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City. 5. A Complete Set Of Canvass Form May Be Acquired By Interested Bidders From January 13, 2025 To January 31, 2025 At 8:00am To 5:00pm, Office Hours From The Address Below Upon Payment Of A Non-refundable Fee Of ₱5,000.00. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 3, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 7. The Deadline Of Submission And Opening Of The Eligibility Requirements And Canvass/bid Form (best Offer) Will Be On February 3, 2025, 10:00 Am At Da7-rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City. 8. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 9. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) 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. 10. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 January 13, 2025 ( Sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 1.6 Million (USD 27.8 K)
DEPT OF THE NAVY USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Description: N66604-25-q-0186-0002
this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With The 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; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Amended Request For Quote (rfq) Number Is N66604-25-q-0186-0002. Incorporated Provisions And Clauses Are Those In Effect Though The Most Current Federal Acquisition Circular (fac).
this Requirement Is Being Solicited On An Unrestricted Basis As Concurred With By The Naval Undersea Warfare Center Division, Newport (nuwcdivnpt) Office Of Small Business Programs (osbp). The North American Industry Classification System (naics) Code Is 332710 – Machine Shop. The Small Business Size Standard Is 500 Employees.
the Naval Undersea Warfare Center Division, Newport (nuwcdivnpt) Intends To Purchase On A Firm Fixed Price (ffp) Basis Machined Screws In Accordance With The Attached Sow, Drawings And Applicable Documents Provided As Attachments To This Notice.
*in Addition To Attachments Found Herein, This Requirement Contains A Drawing With Parts List That Is Designated As Distribution Statement D/export Controlled. Distribution Is Authorized To The Department Of Defense (dod) And United States Dod Contractors With A Valid Joint Certification Program (jcp) Certification. Only Offerors With An Active Registration In Jcp Will Be Provided Access To The Technical Specification Drawing. In Order To Obtain Access To The Drawing, The Offeror’s Jcp Custodian Shall Email Amy.k.prisco.civ@us.navy.mil And Attach A Copy Of The Company’s Dd2345. The Request Must Be Sent By The Jcp Custodian; The Drawing And Parts List Will Not Be Provided To Any Other Points Of Contact. Once Jcp Certification And Jcp Custodian Are Confirmed, The Drawing Will Be Sent To The Jcp Custodian Via Dod Safe.
for The Purposes Of Quoting To This Opportunity, The Contract Line Item Number (clin) Structure Is Identified Below:
clin 0001, Quantity 500, Machine Screws, Part #: 7344987-2, Made In Accordance With (iaw) The Applicable Document
clin 0002, Quantity 250, Machine Screws, Part #: 7344987-3, Made In Accordance With (iaw) The Applicable Document
clin 0003, Quantity 250, Machine Screws, Part #: 7344987-4, Made In Accordance With (iaw) The Applicable Document
clin 0004, Quantity 350, Machine Screws, Part #: 7344987-5, Made In Accordance With (iaw) The Applicable Document
clin 0005, Quantity 250, Machine Screws, Part #: 7344987-7, Made In Accordance With (iaw) The Applicable Document
clin 0006*: Data, Not Separately Priced, Qty: 1 Lot
delivery: Fob Destination Nuwcdivnpt Newport, Ri
delivery Date: Quote Best Delivery Date For Production
offerors Shall Provide Information And Documentation In Detail To Clearly Identify Its Overall Qualifications. The Government Will Award The Order Based On Its Evaluation Of Each Offeror's Understanding Of The Government's Requirements And Ability To Perform The Work On The Basis Of Its Quote.
award Will Be Made On A Lowest Price Technically Acceptable Basis. To Be Considered Technically Acceptable, The Offeror Must Address The Below Factors.
(1) Quote Delivery Lead Time For Both First Article And Production Units
(2) Price
additional Terms And Conditions:
1. Contractor Must Have An Active Registration In Sam At The Time Of Quote Submission.
2. 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.
3. The Government’s Method Of Payment Will Be Electronic Payment Via Wide Area Workflow (wawf).
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. Quotes Should Include A Validity Date Of No Less Than 90 Days From Due Date For Receipt Of Offers.
6. Quotes Shall Be Submitted Electronically Via Email To Amy Prisco At Amy.k.prisco.civ@us.navy.mil And Must Be Received On Or Before 14 February 2025 At 02:00 Pm Eastern Time (et). Quotes Received After This Date Are Late And May Not Be Considered For Award. For Questions Regarding This Acquisition, Please Contact Amy Prisco At Amy.k.prisco.civ@us.navy.mil.
7. The Government May Consider Past Performance Information Contained In The Supplier Performance Risk System (sprs) And The Federal Awardee Performance And Integrity Information System (fapiis). The Government May Use Other Information Such As The Contractor Performance Assessment Reporting System (cpars) Or Other Data Available From Government Sources To Evaluate An Offeror’s Past Performance.
the Following Far Clauses And Provisions Apply To This Solicitation:
52.209-4, First Article Approval- Government Testing (sept 1989)
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (oct 2018)
52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (oct 2020);
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (aug 2020);
52.212-1, Instructions To Offerors--commercial Item (jun 2020) (deviation 2018-o0018);
52.212-2, Evaluation – Commercial Items;
52.212-3, Offeror Representations And Certifications – Commercial Items;
52.212-3 Alt 1 – Offeror Representations And Certifications – Commercial Items Alternate 1
52.212-4, Contract Terms And Conditions--commercial Items;
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders- Commercial Items
52.219-28, Post Award Small Business Program Representation (nov 2020);
52.222-3, Convict Labor (june 2003);
52.222-21, Prohibition Of Segregated Facilities (apr 2015)
52.222-26, Equal Opportunity (sep 2016) (e.o.11246);
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);
52.225-13, Restrictions On Certain Foreign Purchases (june 2008).
52.222-50, Combating Trafficking In Persons (oct 2020);
52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020);
52.225-13, Restrictions On Certain Foreign Purchases (june 2008)
52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities
the Following Dfars Clauses Apply To This Solicitation:
252.204-7008, Compliance With Safeguarding Covered Defense Information Controls
252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting
252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations
252.227-7037 Validation Of Restrictive Markings On Technical Data
252.246-7008 Sources Of Electronic Parts
252.211-7003, Item Identification And Valuation.
252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements (nov 2020)
252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (nov 2020)
attachments:
attach 1: Cdrls
attach 2: Rfq N66604-25-q-0186-0002
Closing Date14 Feb 2025
Tender AmountRefer Documents
Commission On Audit Tender
Others
Philippines
Details: Description 1. The Commission On Audit Ro Vii, Through Others Intends To Apply The Sum Of Two Million One Hundred Ninety-two Thousand Five Hundred Pesos (₱2,192,500.00) For Lot I And One Hundred Twenty-five Thousand Pesos (₱125,000.00) For Lot Ii Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Lot Description Qty Unit Abc Total Abc Laptop Computer, Branded 22 65,000.00 1,430,000.00 Lot I – It Desktop Computer, Branded 2 70,000.00 140,000.00 Equipment Ups With Avr, 3 Kva 1 65,000.00 65,000.00 Network Attached Storage (nas) 1 95,000.00 95,000.00 Wireless Access Point (wap) 15 22,500.00 337,500.00 Colored Printer 1 60,000.00 60,000.00 Projector 1 65,000.00 65,000.00 Total – Lot I ₱ 2,192,500.00 Lot Ii - Cameras Action Camera 1 70,000.00 70,000.00 Drone 1 55,000.00 55,000.00 Total – Lot Ii ₱125,000.00 2. The Commission On Audit Ro Vii Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within 60 Days From Receipt Of Notice To Proceed. 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). 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 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. 4. Prospective Bidders May Obtain Further Information From Commission On Audit Ro Vii And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8am – 5pm, Monday To Friday (except Holiday). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On December 16, 2024 From The 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 ₱500.00 For Lot I And Free For Lot Ii. 6. The Commission On Audit Ro Vii Will Hold A Pre-bid Conference On December 23, 2024 At 1:15pm At The Multi-purpose Hall, 2/f Of Coa Ro Vii Main Building, Mj Cuenco Ave., Cebu City, Which Shall Be Open To Prospective Bidders. 7. Bids Through Manual Submission Should Be Made At The Coa Ro Vii, On Or Before 1:30pm On January 6, 2025 Via Drop Box At The Coa Ro Vii Lobby Guard Post. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be At 2:00pm On January 6, 2025 At The Coa Ro Vii Main Building. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Commission On Audit Rovii 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. 11. For Further Information, Please Refer To: Mae Jill C. Charcos Bac Secretariat, Head Coa Ro Vii, M.j. Cuenco Ave., Cebu City Tel. No. 2555315, Coa7bacsec@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents : Www.coaregion7.ph [december 15, 2024] Engr. Christoher Y. Ursal Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 2.3 Million (USD 39.9 K)
Department Of Agrarian Reform - DAR Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Invitation To Bid For Procurement For The Supply And Delivery Of Information And Communication Technology (ict) Equipment 1. The Department Of Agrarian Reform Provincial Office Of Tarlac, Through The Fy 2024 General Appropriations Intends To Apply The Sum Of The Following: Lot Item Ict Equipment Qty Unit Cost Abc I 1 Laptop 6 49,990.00 299,940.00 2 External Hard Drive 14 4,500.00 63,000.00 362,940.00 Ii Document Scanner 11 30,000.00 330,000.00 Iii Tablet 9 19,000.00 171,000.00 Iv 1 Automatic Projector Screen 1 15,000.00 15,000.00 2 Lcd Projector 6 25,000.00 150,000.00 165,000.00 V 1 Camera 1 42,990.00 42,990.00 2 Battery For Camera 2 3,350.00 6,700.00 49,690.00 Vi Drone 1 29,990.00 29,990.00 Vii 1 Information Display Monitor, 70" 1 42,990.00 42,990.00 2 Information Display Monitor, 32" 5 20,000.00 100,000.00 142,990.00 Total 1,251,610.00 Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agrarian Reform Provincial Office Of Tarlac Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within 15 Days After Receipt Of Notice To Proceed. 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). 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. 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. 4. Prospective Bidders May Obtain Further Information From Department Of Agrarian Reform Provincial Office Of Tarlac And Inspect The Bidding Documents At The Address Given Below During Monday – Friday, 8:00 Am – 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 26, 2024 From The 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: Lot Amount Lot I Php 500.00 Lot Ii Php 500.00 Lot Iii Php 500.00 Lot Iv Php 500.00 Lot V Php 500.00 Lot Vi Php 500.00 Lot Vii Php 500.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Department Of Agrarian Reform Provincial Office Of Tarlac Will Hold A Pre-bid Conference On January 8, 2025, 01:00 Pm At Dar Provincial Office Conference Room Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 22, 2025, 12:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 22, 2025, 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agrarian Reform Provincial Office Of Tarlac 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. 11. For Further Information, Please Refer To: Noli V. Abella Bac Secretariat, Head Dar Provincial Office Of Tarlac 2nd Fl., Pinaccles Bldg., Matatalaib, Tarlac City +63917-126-3228 Dartarlac.bac@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph 26 December 2024 Atty. Ferdinand T. Sally Bac Chairperson
Closing Date22 Jan 2025
Tender AmountPHP 1.2 Million (USD 21.3 K)
City Of Passi Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Stock No. Description Quantity Unit 1 Laptop 1 Unit Processor: 10 Cores, 16 Threads, 24 Mb Cache, 4.90 Ghz Memory: 8gb, Ddr4 Storage: 512 Gb Ssd Gpu: 4 Gb Gddr6 Display: 15.6" Fhd Ips 144hz Connectivity/io: Wi-fi, Bluetooth, Hdmi, Usb 3.2 Camera: 720p Hd Os: Windows 11 Color: Any Color 2 Laptop 1 Unit Processor: 14 Cores, 20 Threads, 24 Mb Cache, 4.9 Ghz Memory: 8 Gb, Ddr5 Storage: 512 Gb Ssd Gpu: 6 Gb Gddr6 Display: 16" Fhd Ips 165hz Connectivity/io: Wi-fi, Bluetooth, Hdmi, Usb 3.2 Type A, Usb 3.2 Type C Os: Windows 11 Battery: 90 Wh, 6 Hours Battery Maximum Run Time Color: Any Color 3 Camera Dslr 1 Unit Specification: Af Modes: One Shot Af, Servo Af, Manual Focus Built-in Flash Continuous Shooting Speed: 10 (one Shot Af), 5.6 (servo Af) Digital Zoom: 4x Dimensions: 127.1 X 90.9 X 116.6 Mm Effective Iso: 100-3200 Effective Pixels: 20.3 Mp Exposure Compensation:±3 Stops In 1/3-stop Increments Flash Modes: Auto, On, Slow Synchro, Off Focal Length: 21-1365mm (65x) Image Resolution: 4:3 5184 X 3888 L 3648 X 2736 M 2432 X 1824 S Lcd Monitor Size: 3.0 Inch Lcd Monitor Resolution: 922,000 Dots Memory Card Type: Sd, Sdhc, Sdxc Movie Format: Mp4 Optical Zoom: 65x Peripheral Connections: External Mic In, Remote Switch Terminal E3-type Processor Type: Digic 8 Sensor Size: 1/2.3 Inch Standard Power Supply: Battery Pack Lp-e12 Still Image Format, Jpeg, Raw, C-raw Weight : Approx. 610g 4 Camera Tripod 1 Unit Specification: Max. Height: 1491mm/58.70 In Min. Height: 196mm/7.71 In Leg Section:4 Dimension: Folded: 606m/23.85 In Load Capacity: Max 20 Kg Weight : Approx. 1.94 Kg 5 Drone 1 Unit Specification: Aircraft Takeoff Weight: 248g Dimension: Folded Without Propeller (lxwxh):148x90x62mm Unfolded With Proppeller (lxwxh):251x362x72mm Max Ascent Speed: 5m/s Max Descent Speed: 3.5m/s Max Take Off Altitude: 3000-4000m Max Flight Time: 38-51 Minutes Max Hovering Time: 33-44 Minutes Max Flight Distance: 18-25km Max Wind Speed Resistance: 10.7m/s (level5) Max Pitch Angle: 40° Camera Image Sensor: 1/1.3 Inch Cmos, Effective Pixesl: 48 Mp Lens: Fov: 82.1°, Format Equivalent: 24mm, Aperture: F/1.7, Focus:1 M To∞ Iso Range: Video: 100-3200, Photo: 100-3200 Max Image Size: 8064x6048 Photo Format: Jpeg/png(raw) Video Resolution: 4k, 2.7k, Fhd, Hdr Video Format: Mp4 (h.264) Digital Zoom: 4k:2x, 2.7 K:2x, Fhd 4x Gimbal Stabilization: 3-axis Mechanical Gimbal (tilt, Roll, And Pan) Mechanical Range: Tilt: 135⁰-80⁰, Roll: 135⁰-45⁰, Pan:30⁰-30⁰ Max Control Speed (tilt): 100%/s Angular Vibration Range:±0.01⁰ Video Transmission Live View Quality: Remote Controller: 720p/30fps Operating Frequency: 2,400-2.4835 Ghz, 5.725-5.850 Ghz Max Transmission Distance Free Of Interference: Fcc: 10km, Ce: 6km, Srrc: 6km, Mic: 6km With Interference: Strong: 1.5-3 Km, Medium: 3.6 Km, Low: 6-10 Km Max Download: 5.5 Mb/s Battery Capacity: 2453-3850 Mah Weight: Approx. 80-121 G Nominal Voltage: 7.38 V Max. Charging Voltage: 8.5 V Storage: Microsd Cards 6 Printer 1 Unit 3 In 1, Print, Copy And Scan
Closing Date12 Feb 2025
Tender AmountPHP 415.8 K (USD 7.1 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 K)
521-530 of 555 archived Tenders