Drone Tenders

Drone Tenders

City Of Bayawan Tender

Others
Philippines
Details: Description "republic Of The Philippines Province Of Negros Oriental City Of Bayawan" Bids And Awards Committee "(035) 531-0020 Local 202 (035) 430-0439 (telefax) Email: Bac.bayawan@gmail.com Http://www.bayawancity.gov.ph" Request For Quotation Rfq No. Svp 25-b-0061 Date February 04, 2025 Pr Reference 100-25-01-131 Philgeps Ref. No. End-user Catipo Closing Date 2/11/25 Bid Opening 2/13/2025 "designated Places Of Submission (bid Box Designated Locations)" 1. Bac Office, Cabcabon, Bayawan City 2. Bayawan City Liaison Office (3rd Fl., Convention Hall, Daro, Dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). The Basis Of Evaluation For This Rfq Is: ⬜ By Lot ⬜ By Item Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 4300281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4 Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 8 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 9 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 10 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 11 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0061 Total Abc: Php 250,000.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Documentation For Tawo-tawo Festival 1 Documentation, Photo And Video Production 1 Lot 250,000.00 [ ] [ ] "***video And Photo Coverage And Obb/production Vtr With Drone Shots For The Various Events Covering The 2025 Tawo-tawo Festival Season And Various Performances And Competitions For The Month Of February And March 2025. Outputs: 1) Raw Video Of The Events 2) Production Video (avp) 3) Best Photos For The Events With High Resolution (soft Copy) 4) Same Day Edit (sde) Videos 5) Beauty Shots Of Participants 6) Interviews Videos 7) Promotional Video/teaser (3 Parts) 8) Individual Vtr Of Participants" ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date11 Feb 2025
Tender AmountPHP 250 K (USD 4.3 K)

City Of San Pedro Tender

Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines City Of San Pedro Province Of Laguna City Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Pr No. 2025-01-0063 1.the City Government Of San Pedro, Laguna Through The 2025 Budget Approved By The Sangguniang Panlungsod Intends To Apply The Sum Of Php 2,429,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Various Rescue Equipment And Supplies, Office Equipment, Furniture & Fixtures, And Other Supplies And Materials For Official Use Of Bfp San Pedro Fire Station. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the City Government Of San Pedro, Laguna Now Invites Bids For The Following: Quantity Unit Item Description 2 Unit Rescue Boat (hard Plastic, Detachable) Net Weight: 68kg, Seat Limit: 4-6 People, Load Bearing: 400kg Length: 3.33 Meters 1 Unit 2hp Window Type Aircon 6 Pcs Tablet 10.4 Inch 6gb/128 Gb 4 Set Firefighting Personal Protection Equipment (helmet-color Yellow, Trouser, Firecoat, Fireboots) 1 Unit Drone (weight: 595g) Max Flight Distance: 18.5km Max Speed: 67.5km/h Max Flight: 31min. Video: 5.4k Photo: 20mp Production 2 Unit Laptop Window 11 Home Single Language 64-bit Intel Core Tm I5 - 12500h Processor Dodeca-core 2.50 Ghz Nvidia Geforce Rtx Tm 3050 With 4 Gb Dedicated Memory 39.6 Cm (15.6") Full Hd (1920x1080) 16:9 144 Hz, 8gb, Ddr4 Sdram, 512 Gb Ssd 1 Pc Hero 13 Black Dive Bundle 64gb/128gb Tiny Mighty Action Camera 8 Pc Office Table With Drawer (computer Desk Office Table , White, L-100cm W-50cm H 74.5 Cm) 5 Pairs Booties For Water Rescue Size 8 2pcs. , Size 9 2pcs. And Size 10 1 Pc. 10 Pc Chairs (ergonomic Office Chair, W/o Wheels) 2 Pc Water Rescue Rope (50 Meters) 3 Pc Rescue 8 Decender 40 Kn 5 Pc Manual Lacking Steel Carabiner 1 Pc Static Rescue 11mm/200 Meters 5 Pc Rescue Helmet (hard Hat) 1 Pc Basket Stretcher 5 Pc Rope Rescue Gloves 5 Pc Standard Rescue Pulley 1 Pc Single Sheave Prusik Pulley 1 Pc Knot Passing Pulley 1 Pc Tandem Pulley 1 Set Fiberglass Extension Ladder 28ft (fiberglass Industrial Extension Ladder 28ft To 32ft) 3 Pc Respirator Mask 3m Mask 7 In 1 6200 Gas Mask Half Face Safety Respirator Mask Breathing Valve Mask Filter Dust Chemical Painting Anti-pesticide Formaldehyde Decoration ) 6 Pair Padded Gloves Pairs For Overhauling/ Extricating Gloves 5 Pc Led Flashlights For Headgears (super Bright Led Flashlight Xml T8 Waterproof Rechargeable Flashlight, Three Lighting Modes) 1 Roll Extension Wire 50 Meters Hd 1 Unit Chain Saw Delivery Of The Goods/services Is Required Within Sixty Calendar (60) Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) 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 Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, 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 5183 And Subject To Commonwealth Act 138. 4.interested Bidders May Obtain Further Information From City Government Of San Pedro, Laguna And Inspect The Bidding Documents At The Address Given Below During 8:30am To 9:30 Am Only. Office Of The Bac Secretariat 4/f Conference Rm. City Administrator’s Office, City Hall Bldg., San Pedro, Laguna A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On The Date, Time And Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. Issuance Of Eligibility And Bidding Documents: January 28, 2025 To February 17, 2025 8:30am – 9:30am Bac Secretariat 4/f Conference Rm. City Administrator’s Office, City Hall Bldg., San Pedro, Laguna 5.bids Must Be Delivered To The Address Below On Or Before The Specified Date And Time. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Deadline Of Submission Of Eligibility Requirements And Opening Of Bids: February 17, 2025 10:00 Am Bac Secretariat 4/f Conference Rm. City Administrator’s Office City Hall Bldg., San Pedro, Laguna Pre-bid Conference: February 5, 2025 10:00am Bid Opening Shall Be On The Same Date And Time For Deadline Of Submission Of Eligibility Requirements And Submission Of Bids And Shall Be Conducted At The Office Of The Bac Secretariat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Given Above. Late Bids Shall Not Be Accepted. 6.the City Government Of San Pedro, Laguna Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bid. Further, City Government Of San Pedro, Laguna, Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7.for Further Information, Please Refer To: Mr. Merlin B. Paala Office Of The Bac Secretariat Telefax No. 847.1722 Atty. Henry B. Salazar Chairman City Bids And Awards Committee
Closing Date17 Feb 2025
Tender AmountPHP 2.4 Million (USD 41.9 K)

Infanta quezon Water District Tender

Others
Philippines
Details: Description Republic Of The Philippines Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta Quezon Rfq No: 02-010-s25 Request For Quotation (rfq) For “supply And Delivery Of Office Equipment And Other Computer Supplies” 1. The Infanta (quezon) Water District (iqwd) Referred To As The “purchaser” Now Requests The Submission Of A Price Proposal For The Procurement Of The Above-stated Item Described In The Technical Specifications/schedule Of Requirements With An Approved Budget For The Contract (abc) Of Sixty-three Thousand Four Hundred Twenty Pesos (₱ 63,420.00) 2. Attachment 1 Provides A Set Of Technical Specifications. All Items And Jobs Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any Of The Requirements May Result In The Proposal Being Rejected. 3. Procurement Procedures Will Be Conducted By The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. The Iqwd Intends To Evaluate The Bid/proposal On A Lump Sum Basis, And An Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations/proposals And Other Requirements Must Be Delivered At The Address Below Not Later Than 1:30 P.m., February 19, 2025, At Infanta (quezon) Water District (iqwd) Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon. 6. Interested Bidders May Acquire/download Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) And Iqwd’s Website. 7. Prices Must Be Quoted In Philippine Pesos And Include The Unit Price And Total Price, Including All Taxes To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. 8. Your Bid/proposal May Be Typewritten And Placed In A Sealed Envelope Marked “supply And Delivery Of Office Equipment And Other Computer Supplies”, Or You May Send It By Courier. 9. Bids/proposals Shall Be Valid For Sixty (60) Calendar Days From The Deadline For Submission Of Bids. 10. The Contract Period Shall Be Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order. The Supplier/contractor Should Inform The Purchaser Three (3) Days Before Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Upon The Decision Of The End-user And Bac, The Supplier And Its Concerned Premises May Be Subjected To Ocular Inspection And Approval By The End-user And Bac Before The Event, If Any, Shall Be Awarded The Contract. 12. The Supplier That Submitted The Lowest Calculated Responsive Bid/proposal, And Passed The Ocular Inspection Conducted By The End User And Bac Before The Event, If Any, Shall Be Awarded The Contract. 13. Proposals Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission Of Documentary Requirements B. Compliance With Technical Specifications/schedule Of Requirements C. Price 14. Delivery Site: Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 15. The Applicable Rate For Late Deliveries Is One-tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Amount. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 16. The Purchaser Reserves The Right To Accept Or Reject Any Proposal And To Annul The Procurement Process Or Reject All Proposals Before Contract Award, Without Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Does Not Materially Affect The Material's Overall Functionality And The Supplier's Capability To Perform The Contract. 17. The Prospective Bidder Shall Submit The Following Documentary Requirements: A. Duly Signed Request For Quotation (rfq) Form B. Technical Specifications/schedule Of Requirements C. Mayor’s/business Permit D. Philgeps Registration Number/certificate E. Income/business Tax Return (for Abcs Above P500k) F. Notarized Omnibus Sworn Statement Gerry C. Bustonera Bac Chairperson Attachment 1 Technical Specifications/schedule Of Requirements The “supply And Delivery, Of Office Equipment And Other Computer Supplies” Shall Be Delivered And Completed Within Fifteen (15) Calendar Days From Receipt Of The Purchase Order By The Supplier. Item No. Description/specifications Qty. Unit 1 Laminating Machine, Heavy Duty 1 Unit -professional Six-roller Laminator For High-volume -laminates Pouches Up To 13-inch Wide And 10mm Thick Without A Carrier -can Laminate Documents And Mounting Board Up To 1/8-inch Thickness -heats Up In 3 Minutes And Laminates In About 15 Seconds -adjustable Speed And Temperature Settings For Individual Preference -6-roller Machine With Digital Led Control Panel -reverse Jam Prevention Features -auto Shut Off -cold Lamination -energy Efficient Features -12.5 Inches Throat Width 3minutes Heat-up Time Max Laminating Speed: 41 Inches/min Steel Material Type Up To 10 Min Max Pouch Thickness 1/8” Mounting Board Capabilities Photo Capable Variable Temperature Settings Heavy Duty/daily Usage Ul Approved With Warranty 2 Uninterruptible Power Supply (ups) 2 Unit 650va, Avr, 230v Input & Output, 4 Nema 5-15r Output Connection 50/60 Hz +/- 1 Hz Sync To Mains Line Interactive Lead-acid Battery (12v) Battery Failure Notification Advanced Safety Features Intelligent Battery Management With Warranty 3 Micro Sd Card With Adapter 1 Unit -capacity: 128 Gb -standard/class: Class 10, Uhs-i, U3, V30, A2 -performance: 170/70mb/s Read/write (64gb) 170/90mb/s Read/write (128gb-1tb) -compatibility: Uhs-i, U3, V30, A2 4k Video Production, Action Cameras, Drone & Android Devices -microsdhc Card Dimensions: 11mm X 15mm X 1mm -sd Adapter Dimensions: 24mm X 32mm X2.1mm -format: Exfat -operating Temperature: -25⁰c To 85⁰c -storage Temperature: -40⁰c To 85⁰c -voltage: 3.3v -with A Long Warranty 4 Universal Ac Plug Adapter With Switch 4 Pcs -insides Of Adapters Are Made Of Copper -durable And Highly Conductive -maintain Their Grip On The Plugs Even After Thousands Of Use -engineered To Conform To Local And International Standards 5 Battery For Canon Eos M100 Camera 1 Pc (model: Lp-e12, 7.2v, 875 Mah) Lithium-ion With Warranty 6 Portable Battery-operated Vacuum For Computer 1 Pc -2.0 Brushless Dc Motor Technology -13kpa Max Suction -washable & Lightweight -ultra-low Noise Level -class F7 Hepa Filter -input Voltage: 5v === 2a / 9v === 2a -rated Voltage: 10.8v/ Rated Frequency: 50/60 Hz -120w Rated Power -100ml Dust Cup Capacity -stainless Mesh Filter + F7 Hepa Filter -2000 Mah Built-in Lithium Battery Capacity -10mins @high Speed / 30mins @low Speed -3h@dc5v =2a / 2h@dc9v =2a Charging Time -with Charger & Complete Accessories With Warranty
Closing Date19 Feb 2025
Tender AmountPHP 63.4 K (USD 1 K)

Municipality Of Pintuyan, Southern Leyte Tender

Automobiles and Auto Parts
Philippines
Details: Description Item No. Item And Descriptions Quantity Unit 1 Lot Of Mobile Command And Control Vehicle (moccov) With Triage Technology Specifications: Trailer; 1 Set Trailer Dimension: L 16’ft X 6’8” Ft Trailer 40 Sq.m. Covered Area, Command Center Tent Maximum Capacity: 18 Persons Capacity: 10,000 Lbs. Multi-use Compartment For Rescue Equipment Swing Out Sink Rear/kitchen Top Tailgate Water Tank Gauge Indicator Automatic Water Pump For Faucet Reflectorized Trailer Side Markers Full Color Decal Suspension And Under Chassis Details: Round Axle With Hubs And Heavy-duty Bearings Rear Stabilizer Swivel Legs Front Stabilizer Swivel Legs Tandem Wheel And Fender With Spare Tires Front Swing/swivel Hand Jack With Tire Electromagnetic Brake System Swing Out Rear Tail Gate Dust And Waterproof Pvc Travel Cover Tent System; 1 Set Material: Wax Poly Cotton Canvas Fabric Annex 1: Mission Room Convertible To Bedroom Annex 2: Kitchen And Pantry Room Annex 3: Mission Room Annex Walls, With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All Made With Heavy Duty Materials Maximum Capacity: 18 Persons Annex Walls With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All In Heavy Duty Material Tent Material Is Water Repellent 3-season Tent That Can Withstand A Wind Force Of 7.5 Mph Baseline With Approximately 38 Mph Winds And Gusts Trailer Utilities; 1 Set Trailer Built-ins 150 Liters Water Tank Pump And Plumbing System Ac And Dc Power Inlet Mounted And Wash Basin Dust And Waterproof Pvc Travel Cover Portable Air-conditioning Unit Horsepower: 1 Hp Weight: 29 Kg Dimensions: 36.5 × 44.5 × 71.5 Cm Cooling Capacity: 12,600 Kj/h Power Consumption: 1100 W Applicable Area: 18-28 M 3 Units Independent Portable Toilet Material: Pp, Abs Dimension:35x42x43cm / 13.8×16.5×17" Capacity: 24l Flush Method: Press Compact Size And Lightweight Design Also Fit For Outdoor 1 Unit Toilet/shower Tent Material: Waterproof Cloth Rod: Glass Fiber Pop-up Dimension: 1.2x1.2x1.8 M With 1unit Portable Camping Shower, Rechargeable 2 Units Fuel Tank Standard: As/nzs 2906:2001 Capacity: 20l Of Fluid Spill Proof Vented Pouring Spout. Material: Uv Stabilized High Density Polyethylene 4 Units Fire Extinguisher 5lb Abc Non-toxic And Non-corrosive Chemicals Refillable Mono Ammonium Phosphate Chemical, Non-conductor, Non-toxic, Stored Pressure Equipped With Pressure Gauge, Brass Valve And Heavy-duty Air Hose With Nozzle 1 Unit Communication And Surveillance Pneumatic Mast Operation: Arc Movement + Vertical Movement Height: 10m Pan Movement: 360°gross Weight: 50 Kg Operation Platform: Arc Movement Horizontal And Vertical Rotation Speed: 6r/min Wind Resistance: 66km/h Control Way: Rs485, Pelco-d/p Agreement, Remote Control Material: Aluminum Alloy Power Supply: Dc12v-10a 1 Unit Wireless Siren Voltage: Dc 12v Output Power: 200w Siren And Microphone 1 Set Weather Station System Measurements: Hygrometer//humidity, Rainfall, Temperature, Wind Direction, Wind Speed Sensors: Anemometer, Rain & Temperature Solar-powered With Stored Energy Backup. Corrosion-proof And Can Withstand Extreme Weather Environments Has Wireless Transmission Range Of 1000 Ft. (300 M) Transmits Data Every 2.5 Seconds 1 Set Rescue Quadcopter Drone Waterproof Extended Flight Time Up To 20 Minutes Power-flip Function When Floating Flight Control Feel Tuned For Lifesaving As Well As Search And Rescue Operations 2.7k Color Camera, Remote Control Specially Designed Rescue Buoyancy Sausage Live As Well As Recorded Video Footage Payloads Up To 1.2kg 1 Set Satellite Internet Starlink; Standard Roaming Account (subscription Not Included) 1 Unit Uhf/vhf Radio Communication System Frequency Range 136-174 Mhz Or 450-520 Mhz Number Of Channels Max. 32 Channel Spacing Analog 12.5 Khz Digital 6.25 Khz Operating Voltage 13.6 V Dc ± 15% Frequency Stability ± 2.0 Ppm ± 1.0 Ppm Antenna Impedance 50 Ω Weight: 1.10 Kg 1 Set Management Laptop Intel Core I5 Ram 8gb Display: 15.6 Inches (main Display) Windows 10/11 Home/webcam/bt/wifi/cardreader/backlit Keyboard 1 Set Led Robotic Search Light Lighting Mode: Low Light, High Light, And Flashing Image Resolution: 1280 × 720 Max. Rotation Range Yaw: - 70° To + 70°, Pitch: - 135° To 45° Power Consumption: ≤ 40 W 1 Unit Ptz Perimeter Camera System Pan, Tilt, Zoom 1/2.8" Hd Progressive Scan Cmos 1920 × 1080 Resolution 25× Optical Zoom 120 Db True Wdr (wide Dynamic Range) Up To 100 M Ir Distance 3d Intelligent Positioning Switchable Tvi/ahd/cvi/cvbs Video Output 1 Unit Bullet Camera System Image Sensor 1/3" Progressive Scan Cmos Min. Illumination Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir Day & Night Ir Cut Filter Angle Adjustment: Pan: 0° To 360°, Tilt: 0° To 100°, Rotate: 0° To 360° Max. Resolution: 2688 × 1520 4 Units Cctv Nvr 8 Channel (ds-7208huhi-k1/e) Digital Video Recorder Mouse, Manual And Power Cord Remote Viewing Anytime, Anywhere Live View From Pc, Smartphone Or Tablet Turbo Hd Camera Ultra-low Light Chromatic Night Vision 1 Set Console Box Heavy Duty Case For Cctv System And Media System Laminated Water Resistant, 1 Unit All In One Pc, 2 Units 22inch Multimedia Tv With Tv Box, 1 Unit 32-inch Smart Tv, 7inch Am/fm Audio Receiver With Speakers, Wireless Keyboard And Mouse 1 Unit Step Ladder 3 Step Foldable Aluminums Ladder 1 Unit Table For Mapping Folding Half Table With Foldable Steel Legs 4ft 122 X 60 X 74cm 1 Unit White Board Magnetic White Board 30cm X 60cm 1 Unit Rescue And Triaging Foldable Rescue Boat With Outboard Motor Width (beam) When Open: 60″ 1.52mdraft: 4″ 11.4cmdepth Mid-ship: 24″ 56cmcapacity: 807 Lbs. Number Of Seats: 6material: Hard Plastic 1 Set Water Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 2 Rescue Vest, 1 Rescue Can, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag 1 Set High Angle Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag, 1 Swing Spinner Carabiner,1 Hand Ascender Device, 1 Adjustable Foot Loop Sling, 1 Descender Rescue 8, 1 Pulley Single Sheeve, 1 Pulley Double Sheave 1 Set Automated External Defibrillator Protocol: Semiautomatic And Fully Automatic Configuration Defibrillator Charge Hold Time: 30 Seconds. Aed 3 Automatic Model: 3 Seconds Prior To Automatic Shock Delivery Energy Selection: Factory Pre-programmed Selection Patient Safety: All Patient Connections Are Electrically Isolated Size: (h X W X D) 12.7 Cm X 23.6 Cm X 24.7 Cm. 5.0 In X 9.3 In X 9.7 In Weight: 2.5 Kg; 5.5 Lbs. (with Battery) 1 Unit Emergency And Trauma Bag. 1 Btl Alcohol 150ml 1 Btl Betasol Povidone 60ml 1 Btl Hydrogen Peroxide 60ml 1pc. Tourniquet 1 Set Oxygen Tank W/ Regulator 1 Pc. Emergency Blanket 1 Pc. Arm Splint / Sam Splint 1 Pc. Leucoplast ½ 1pc. Cpr Mask Surgi-tech 1 Pc. Cervical Collar 1 Pc. Triangular Bandage 1 Pc. Hot And Cold Pack 160g Surgi-tech 1 Pc. Digital Thermometer Advan 1 Btl Dextrose Partners 1 Pc. Iv Tubing Surgi-tech 1 Pc. Iv Cath G.24 1 Pc. Cosmed Butterfly G.23 1 Pc. Pulse Oximeter 1 Set Ambu Bag Pvc 1 Pc. Pen Light Indoplas 1 Set Blood Pressure / Bp Set 1 Pc. Kelly Forceps Straight 1 Pc. Surgical Scissor Straight 1 Set Foldable Military Spec Medical Beds Material: High-grade Aluminum Foldable Product Size: 194 X 66 X 41cmfolded Size: 90 X 12 X 20cmweight: 9.5kgload Bearing: Less Than 159kg 5 Units Jack 3-ton Crocodile Jack 1 Unit Rescue Axe Gross Weight: 32oz Or 910g Length: 15" Or 38cm Carbon Steel Head Dual Fiberglass Handle Rubberized Grip 1 Unit Bolt Cutter Size: 12" Max. Cutting Size: 5mm Cr-v Blade 1 Unit Hi-lift Responder Jack Material: Cast Iron Steel Size: 42” Leverage: 4660 Lbs. 1 Unit Medical Stretcher Product Size (length*width*height): 214*54*13cm Foldable 1 Unit Shovel Full Length: 42cm Spade Width: 10cm Shovel Length: 12.5cm Pick Length: 11cm 1 Unit Power Supply And Electronics Jump Starter/power Bank Ce/rohs/emc Battery Capacity:15000mah Input: 14/a Output:5v/4a; 12v/12a; 19v/3.5a Charging Time: 5 Hours Start Current: 300a Peak Current: 600a 1 Unit Solar Power Generator System Rated Power: 200w Rated Voltage (vmp): 18v Rated Current (imp): 3.34a Open-circuit Voltage: 21.6v Short-circuit Current: 3.64a Number Of Cells: 36 Cell Type: Poly-crystalline Silicon Glass Type: High Transmission, Low Iron, Tempered Glass, Glass Thickness Of Glass: 3.2mm 1 Set Wind Power Generator System - Material: Nylon Fiber - Blade Length:600mm - Wind Wheel Diameter:900mm - Weight:12.5kg - Rated Power: 400w - Starting Wind-speed: 12m/s - Rated Voltage: 12/24vr 1 Unit Generator Set Power Inlet Mounted220-240vopen Type Generator Starting System: Recoil/electrical Starting Alternator Material: 100% Cu Frequency (hz): 60voltage(v): 120-240rated Output (kw): 8max Output (kw): 8thd (%): 25running Time At 50% Loading(h): 8.5fuel Tank Size(l): 21noise Db(a): 97insulation Grade: F 1 Unit 220v Backup Inverter Power System 3000 Watts Power Inverter Dc Charging System Output Voltage: 220v (+-) 10% Output Frequency: 60hz (+-) 2 Output Wave Form: Modified Sine Wave Peak Efficiency: 65% 1 Unit Battery Bank Power Supply 100ah X 4 (total Capacity= 400ah) Lithium Ion Battery 1 Unit Training - Seminar Technical Seminar Training For Ingress And Digress Of Trailer-tent System Gain Knowledge Of Equipment And Its Specifications Proper Handling And Proper Use Of Tools And Equipment's Ergonomic Placement Of Equipment Individual Seminar Training And Testing Of Each Individual For A Specific Role Ex: Basic Drone Pilot Training, Cctv Controller Etc. Note: Caap Certification Not Included Team Seminar Conducting Team For Ground Training And Actual Response Action Efficient Ingress And Digress Of Mocov Synchronization Of Individual And Their Roles At A Specific Time Of Action Tool Set 82 Pcs Tool Set 1 Set Cook Set 6 Persons Cook Set 1 Set Portable Stove 2 Burner Portable Butane Stove 1 Unit Vehicle Modified 4x4 Xl Ford Ranger 2024 Or Its Equivalent Or Better Powertrain 4x4 Drivetrain 2.0l Turbo Diesel Maximum Power 170hp @ 3,500maximum Torque 405nm @ 1,750-2500 Rpm6-speed Manual Transmission Chassis & Suspension Front Suspension Double Wishbone With Coil Springs Rear Suspension Leaf Spring Front Ventilated Discs/rear Drum Wheels & Tires16" Off-road Mag-wheels 255 / 70r 16 Tires Accessories: Snorkel Led Bar Light, Roof Tray, Led Emergency Strobe Light Bar, Load Plus (suspension), Tow Hitch Set 1 Lot Notes: 1. All Items Should Be Supplied, Delivered And Installed On-site As Designated By The End-user Unit. 2. Mobile Command And Control Vehicle With Triage Technology And Its Accessories Should Be Accredited Or Recognized From Department Of Science And Technology (dost) Or Any Appropriate Government Agencies. 3. Vehicle Inclusions: Lto Registration – 3years, Ctpl-3years, Insurance With Aog – 1 Year, With Logo Of The Municipality (pintuyan). 4. Product Warranty Certificates For Vehicle. 5. Product Warranty Certificates For Equipment, Devices And Accessories Not Less Than One (1) Year. 6. Trainings For Operators Of All Equipment, Devices And Accessories And Corresponding Seminars For Conducting Team Shall Be Formed Part Of The Contract.
Closing Date7 Jan 2025
Tender AmountPHP 17.8 Million (USD 306.7 K)

City Of Panabo Tender

Machinery and Tools
Philippines
Details: Description Item No. Description Approved Budget For The Contract (abc) Qty Unit Of Issue Unit Cost Total Cost Remarks 1. Air Freshener, Aerosol Type, 320ml P300.00 3.00 Bottle 2. Alcohol, 70% 200.00 50.00 Liter 3. Alcohol, 70% Isopropyl 500ml 105.00 200.00 Bottle 4. Bag, Fish 540.00 3.00 Pack 5. Battery, 12 V Car (for Drone) Specs: 50-100 Ah 250-400 Mm In Length 60-200 Reserve Capacity Other Features: Small Cars To Suv Tropicalized: Built For Hot Climate 4,100.00 1.00 Piece 6. Battery, Aaa, Alkaline, 2pcs/pack, Branded 120.00 5.00 Pack 7. Bleach, 500ml 38.00 5.00 Bottle 8. Broom, Soft, Thick, Standard Size, Double Sewing 150.00 3.00 Piece 9. Car Freshener, Lemon Burst, 70g 160.00 2.00 Can 10. Car Polish, & Waxes (nanoseries 500ml Step 1-3 Set) 1,400.00 1.00 Set 11. Car Polish, Large, Original P500.00 4.00 Can 12. Chamois, Pva, 66 X 42, Stain And Dirt Remover 253.00 12.00 Piece 13. Concrete Nails, #2" 144.00 5.00 Kgs 14. Concrete Nails, #3" 144.00 10.00 Kgs 15. Concrete Nails, #4" 144.00 10.00 Kgs 16. Cutter, Diamond 216.00 5.00 Piece 17. Cutter, Diamond, Super Thin 240.00 5.00 Piece 18. Cutting Disc, 4" 95.00 70.00 Piece 19. Cutting Disk, #14" (cut Off) 240.00 10.00 Piece 20. Cwn, #1 1/2" 1,962.00 1.00 Keg 21. Cwn, #2 1/2" 1,890.00 1.00 Keg 22. Cwn, #3" 1,818.00 1.00 Keg 23. Cwn, #4" 1,786.00 1.00 Keg 24. Decoration, - Artificial Gold Flower Vines (230cm) 70.00 5.00 Piece 25. Decoration, - Artificial Green Leaf Vines (2.2meters, 12pieces) 300.00 5.00 Pack 26. Decoration, - Artificial Silver Flower Vines (230cm) 70.00 5.00 Piece 27. Decoration, - Artificial White Flower Vines (230cm) 70.00 5.00 Piece 28. Detergent Powder, 1 Kg 115.00 2.00 Pack 29, Drill Bit, #10 (masonry) 168.00 5.00 Piece 30. Drill Bit, #12 (masonry) 240.00 5.00 Piece 31. Drill Bit, #6 (masonry) 96.00 5.00 Piece 32. Drill Bit, #8 (masonry) 108.00 5.00 Piece 33. Drill Bit, 1/8 (metal) 66.00 10.00 Piece 34. Drill Bit, 1/8 Masonry 96.00 10.00 Piece 35. Drill Bit, 5/32 (metal) 84.00 10.00 Piece 36. Drill Bit, 5/32 Masonry 72.00 10.00 Piece 37, Dust Mask, . 65.00 80.00 Piece 38. Dust Pan, Plastic W/ Handle 100.00 2.00 Piece 39. G.i. Tie Wire, #16 90.00 70.00 Kgs 40. Glass Cleaner, Spray Type, 500ml, Branded 175.00 2.00 Bottle 41. Glass Wiper, Cleaner 250.00 2.00 Piece 42. Grinding Stone, . 96.00 10.00 Piece 43. Marine Plywood, 12mm 780.00 85.00 Shts 44. Marine Plywood, 18mm 1,320.00 47.00 Shts 45. Non-sag, . 1056.00 10.00 Quarts 46. Pins, . For Table Skirting 20.00 51.00 Pad 47. Pongee Cloth, Black 50.00 20.00 Meter 48. Pongee Cloth, Blue 50.00 30.00 Meter 49. Pongee Cloth, Green 50.00 30.00 Meter 50 Pongee Cloth, Red 50.00 30.00 Meter 51. Pongee Cloth, Tinalak (tribal Color Design) 95.00 20.00 Meter 52. Pongee Cloth, White 50.00 30.00 Meter 53. Pongee Cloth, Yellow 50.00 30.00 Meter 54. Rivets, 1/8 X 3/4 276.00 10.00 Box 55. Rivets, 5/32 X 1/2 270.00 10.00 Box 56 Rivets, 5/32 X 3/4 282.00 10.00 Box 57. Rsb, 10mm Dia X 6m 220.00 80.00 Length 58. Rsb, 12mm Dia X 6m 330.00 80.00 Lenght 59. Rubber Boots, . 400.00 50.00 Pair 60. Spoon And Fork, Stainless, 12pcs 200.00 5.00 Dozen 61. Tape, Self Lock Heavy Duty Steel Measuring, 8 Meters 322.00 6.00 Piece 62. Thumbtacks, 50s/box, Branded For Table Skirting 25.00 5.00 Box 63. Toilet Bowl And Urinal Cleaner, 900ml (branded) 305.00 2.00 Bottle 64. Toilet Brush, W/ Long Handle, Heavy Duty 120.00 1.00 Piece 65. Toilet Tissue, 12's/pack, 2 Ply 120.00 40.00 Pack 66. Tornado Mop, With Pail, Standard Size, Plastic, Heavy Duty 1,500.00 2.00 Piece 67. Trash Bag, Big, 25's/pack 125.00 5.00 Pack 68. Trash Bag, Small, 25's/pack 75.00 5.00 Roll 69. Umbrella, Heavy Duty 700.00 1.00 Piece 70. Vulcaseal, . 816.00 10.00 Quarts 71. Welding , Cable #1 216.00 15.00 Meter 72. Welding , Handle, 200 Amps 300.00 3.00 Piece 73. Welding , Handle, 250 Amps 354.00 3.00 Piece 74, Working Gloves, . 85.00 60.00 Pair 75. Laser Distance Meter, /laser Distance Measurer/range Finder [100 Meters] 100m Range With Inclination Sensor | 20 Memory Storage Function | Backlit 3 Line Display | Includes Storage Pouch | Keypad Lock | Toe End Piece For Accurate Positioning | Tripod Mounting Thread Specifications: * Type (dot/line/rotary):dot * Accuracy (dot):â± 1,0mm * Working Range: 0.05 - 100m * Batteries (alkaline Unless Otherwise Noted): 2xaaa (1.5v) * Battery Life (all Lasers On): Up To 5000 Measurements * Operating Temperature: -10â° To 50â°c * Laser Class: 2 * Laser Diode(s): 635mm Dimensions: * Width = 6.3 * Height = 16.5 * Length = 13.5 Weight: * 0.2kgs 12,600.00 1.00 Piece
Closing Date18 Feb 2025
Tender AmountPHP 357.4 K (USD 6.1 K)

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Details: Fp25.2 Is Planned From Late July To Early August At Peterson Space Force Base/colorado Springs Municipal Airport Located In Colorado Springs, Co And Fort Carson’s Pinon Canyon Maneuver Site Located In Las Animas County, Co. Fp25.2 Will Provide A Venue For Participants To Demonstrate Their Technologies In An Operational Environment By Allowing Participants To Operate Their Systems On A Military Installation To Detect, Track, Identify, And Defeat Various Group 1 And 2 Suas Using Lcd Effects. N&nc Will Provide, Operate, And Deploy Uxs Platforms Capable Of Addressing Cross-domain And Previously Unseen Threat Profiles, Including Low-emission And No-emission (dark) Uas. Fp25.2’s Intent Is To Observe The Readiness Of Commercially Available Systems, Specifically Those With A Technology Readiness Level (trl) Of 7, 8, And 9, Employed As Part Of An Overall Effort To Unify Military Base Force Protection Measures Falling Under The Purview Of N&nc. the Following System Capabilities Are Desired: automatic Detection Of Suas Group 1 And Group 2 Categorized Per Department Of Defense Joint Publication 3-30 (table 1). Detection Of Low-emission, Non-emitting (dark), And 5g-cell Enabled Suas Will Be Prioritized. performance Against Multiple Target Aspects, Course, Speed, And Altitude Will Be Captured. target Signature Thresholds Shall Be In Accordance With The Threat Repositories Maintained By The National Ground Intelligence Center, And National Air And Space Intelligence Center. Estimated Signature Threshold Values Available Upon Request To All Industry Partners Who Have Access To Sipr Or Appropriate Cage Codes. Poc For These Requests Is Jason Mayes At Jason.d.mayes.civ@mail.smil.mil ability To Detect, Track, And Identify Multiple Heterogeneous Suas Threats. lcd Systems Must Demonstrate Effective Neutralization (catastrophic Defeat As Defined By The Recognizable System Loss Of Control Authority Or The System’s Immediate Inability To Maintain Flight) Of Group 1 And 2 Suas Threats Under Operational Stress Conditions For Lcd-capable Systems: lcd Capabilities Must Prioritize Precision Mitigation With Minimal Collateral Damage, Environmental Safety, And Infrastructure Protection. utilize High-precision Technologies Such As Directed Energy, High Powered Microwaves, Or Modular Kinetic Effectors To Neutralize Threats. rapidly Deployable (fly Away) Systems: systems Must Be Transportable Via C-130 Aircraft. systems Shall Minimize Pallet Requirements For Transport. modular Design For Transport On Mil Standard Pallets (e.g., 463l) And Air Worthy Containers. capable Of Operational Setup Within 3 Hours Of Deployment, Achieving Full Functionality (including Lcd Capabilities) Without Additional Personnel Requirements. systems Shall Be Termed “operational” When All Systems, Including Lcd Effects, Are Functional. operable Continuously For 24-48 Hours Without Resupply, With Redeployment Readiness Within 1-hour Post-mission. real Time Processing And Display Of Detection, Track, And Identification Information Via Local Or Distributed Command Systems sensors That Are Deployed/employed From A Stationary Site Or Structures, Deployed In/on The Ground Or Deployed/operated From A Mobile Platform Such As A Tethered Balloon Must Be Retrievable Without Alteration Or Damage To Infrastructure And/or Facilities. sensors Should Maintain Operational Integrity In Nearly All-weather Conditions (-30°c To 50°c). sensor Data Shall Be Capable Of Being Reported To Non-proprietary Third-party Command And Control Systems. introduction Of Advanced C-suas Capabilities: detect, Track, And Identify At Extended Slant Ranges And Beyond Limits Outlined In The Jrocm For Joint C-suas Capabilities. support Competitive Engagement Of Targets With Velocities Ranging From 0 To 250 Knots Indicated Airspeed (kias). operate Effectively From Surface Level To Altitudes Defined By The System's Slant-range Sensitivity Limit. for Lcd Capabilities: systems Shall Demonstrate A Defeat Capability On Groups 1 And 2 Suas At 175 Kias. defeat Is Defined As The Catastrophic Defeat (recognizable System Loss Of Control Authority Or The System’s Immediate Inability To Maintain Flight). operate Autonomously After Issuance Of Launch Command While Employing C2 Provisioned Target State Data As Necessary. data Is Required To Be Provided To Northcom Data Collection Team In A .csv Or .xlsx Format (this Is To Expedite Our Analysis) Is To Include All Tracking Data In Addition To System Radar/eo/rf Measurements (unfiltered, And Track Filtered As Applicable) As Well As Applicable Track Covariance Data. time (zulu) In Thousandth Of A Second (3 Decimal Places) Minimum preferred Minimum: Data Rate Of 10 Observations Per Second decimal Degrees Latitude To 6 Decimal Places Minimum decimal Degrees Longitude To 6 Decimal Places Minimum elevation (meters) earth-centered Earth-fixed (ecef) X, Y, And Z Positions (feet) for Drones Only velocity X, Y, And Z (in Ft/s) acceleration X, Y, And Z (in Ft/s2) orientation X, Y, And Z In Terms Of Yaw, Pitch, And Roll command Inputs If Lcd Drone Is Not Autonomous fp25.2 Will Assess System Technology Readiness Using Direct Measurement, When Possible. This Will Include, But Is Not Limited To, Detection Ranges, Times, False Contacts/alarms, Track Management, Identification, Collateral Footprint, “cost Per Shot,” And Track Data. in Addition To A Quantitative Assessment Of Detection And Tracking Capability, Other Important Considerations That Will Be Assessed Qualitatively Include: installation And Integration Requirements reliability, Availability, And Maintainability tactical Requirements demonstrated Ability To Relocate And Become Operational. n&nc Will Coordinate Use Of The Test Platforms And Required Integration For Each Selected Technology. N&nc Will Assist In Identifying And Integrating Additional Components Required For Sensor Testing And Assist With Access, Coordination, Engineering, Installation, Interface With Regulatory Bodies, Operation, Test, And Evaluation Services. respondents Will Be Selected By The Government Stakeholders For Fp25.2 Based On Readiness And Ability To Meet The Objectives. The Government May Or May Not Enact A Partnering Arrangement With Selected Respondents In The Form Of A Cooperative Research And Development Agreement (crada), To Enable Continued Collaboration On Selected C-suas Detect, Track, Identify, Engage, And/or Assess Capabilities. Fp25.2 Is Intended To Foster Highly Collaborative Engagement With Interested Technology Developers, With The Dual Objectives Of Providing The Dod, Civilian Agencies, And The Commercial Marketplace New Insight Into Promising C-suas Detection Technologies While Enabling Industry Collaborators The Opportunity To Better Understand The Military Installation Force Protection Marketplace And Evaluate Their Technology’s Respective Applicability. fp25.2 Is Anticipated To Last Three Weeks, With The First Week Being A Set-up Week. The Intent Is To Execute One Ten-day Iteration, Followed By A Relocation To Peterson Sfb For Redeployment Assessment And Preparation For Distinguished Visitor Day Participation. Each Selected Respondent (technology Developer) Will Have Multiple Opportunities To Showcase Their Capabilities. A Series Of Standard Profiles Will Be Presented For The Chosen Technologies. N&nc Will Provide Venues, Supporting Infrastructure, And Personnel (operational And Technical), Based On Available Resources. Costs Specific To Operating The Developer’s Technology, As Well As The Technology Developer’s Travel Costs, Will Be At The Technology Developer’s Expense. industry Participation In N&nc Activities Does Not Suggest Or Imply That The Dod Or Any Other Government Activity Will Endorse, Procure, Or Purchase Equipment. respondents Are Encouraged To Describe Fully All C-suas System Characteristics In Their Submissions, Per Section D And Appendix I, To Include All Design Considerations That May Be Relevant For Integration And Operations. All Submissions Will Be Considered And Potentially Selected Based On Strength Of Application And Relevance To The Fp25.2 Goals. technologies Beyond The Scope Of The Primary Topic Areas Described Above Will Be Considered On A Case-by-case Basis And Potentially Admitted Based On Strength Of Application And Relevance To The Mission Area. Technologies Brought To Fp25.2 Should Be At A Trl Of 7 Or Greater (https://api.army.mil/e2/c/downloads/404585.pdf). Respondents Shall Provide The Current Trl Of Theproposed System. submission Instructions respondents Shall Submit Applications Electronically, To Norad-usnc-falconpeak@groups.mail.mil. Applications Shall Be No More Than A Three-page, Single-spaced, Times New Roman 12 Font, White Paper Description Of Your Technology Consistent With The Template And Information Provided In Appendix I. Content Beyond Three Pages Will Not Be Considered. Email Norad-usnc-falconpeak@groups.mail.mil If You Have Any Questions. when Submitting Your Application, Your Email Shall Include The Following Information: a. Email Subject: N&nc C-suas Capabilities Discovery. b. Company Name/business Division/address: c. Capability Name: d. Capability Type: Kinetic Lcd / Rapidly Deployable / Both e. Primary Poc: Name, Email, And Phone Number f. Alternate Poc: Name, Email, And Phone Number g. System Description: h. Application Document Per Appendix I you Will Receive An Email Within Two Business Days Verifying Your Application Was Received. Any Application Not Meeting The Criteria Outlined Above Will Not Be Considered. each Application Shall Address Only One Technology Solution; Multiple Applications May Be Submitted. If You Have Questions Regarding The Submittal, Please Contact: Norad-usnc-falconpeak@groups.mail.mil. do Not Submit Classified Information In The Application. This N&nc C-suas Event, Fp25.2, Will Be Held At The Unclassified Level, With The Understanding That Some Aspects Of The Event My Require Higher Classifications. If The Exchange Of Secret-level Information Appears Unavoidable, Request Separate Correspondence With Norad-usnc-falconpeak@groups.mail.mil. Capabilities May Be Or Contain Controlled Unclassified Information (cui) And May Be Subject To International Traffic In Arms Regulations (itar) And/or Export Administration Regulations (ear) Restrictions. Respondents Shall Ensure That These Restrictions Are Outlined In Their Application And Adhered To During Fp25.2. do Not Submit Acquisition Proposals. N&nc C-suas Technology Applications Shall Be Submitted No Later Than 17:00 Mdt (23:00z) February 06, 2025. Proposals Received After The Deadline Will Not Be Considered For Fp25.2. No Contracts Will Be Awarded Based Solely On This Announcement. Submission Of An Application Does Not Guarantee An Invitation To Participate In The N&nc Fp25.2 Event Or Any Other Dod Event. the Government Is Not Committed Financially, Legally, Or Contractually By An Invitation To Present Your Technology. The Costs Incurred To Make An In-person Presentation Are At The Expense Of The Respondents. An Invitation Shall Not Be Construed As The Government's Desire To Enter A Contractual Relationship With A Respondent. your Organization Will Be Contacted No Later Than February 28, 2025, To Notify You Of Your Selection To Participate In Fp25.2. basis For Selection To Participate submissions Will Be Reviewed By The Supporting Government Organizations. selection Of Respondents To Participate Will Be Based On The Extent To Which The Technology Represents A Particular Class Or Level Of Capability That Can Be Provided To Interested Commands Or Interagency Partners. Other Considerations Include: a. Relevance To The Fp25.2 Focus Areas And Desired Capabilities b. Completeness Of Application And Supporting Information c. Technical Maturity d. Readiness, Or Adaptability To Support Current And/or Future Intragovernmental (e.g. Departments, Agencies, Services, Combatant Commands) Operations/missions e. Demonstrated Operational Demand From A Governmental Entity (e.g., Ongoing, Or Planned Rdt&e, Proc, Or O&m Resourcing Via Departments, Agencies, Services, Combatant Commands) f. Ability To Integrate Associated Measurement Report (amr) Level Sensor Data Into A Government Owned Common Operating Picture Via The Athena C-suas Integration Kit g. Ability To Receive A Fused Air Picture From The Athena C-suas Integration Kit And Incorporate Into Its Actionable Air Picture additional Information respondents Shall Assure That All Proprietary Information, Documentation, And Equipment Are Clearly Marked. Be Advised That Lessons Learned From Fp25.2 Will Be Broadly Disseminated Through Official Channels Within The Federal Government And Partner Government Agencies Associated With The N&nc C-suas Program. If Selected For Participation, Respondents May Be Requested To Provide Additional Information That Will Be Used In Preparation For The Event, Such As Graphics, Video, And Other Material That May Be Needed To Support Audio Visual Production Before, During, And After The Event. use Of Information the Purpose Of This Notice Is To Gain Information For Potential Future Use And/or Collaboration For Development Of Technology Capabilities. All Proprietary Information Contained In The Response Shall Be Clearly Marked. Any Proprietary Information Contained In Response To This Request Will Be Properly Protected From Any Unauthorized Disclosure. The Government Will Not Use Proprietary Information Submitted From Any One Firm To Establish Future Capability Requirements. all Non-dod Participants May Speak Factually About Their Participation In Falcon Peak 25. However, They May Not Imply Any Endorsement From The U.s. Government, Department Of Defense, Or Norad And Usnorthcom. The N&nc Public Affairs Team Will Confer And Consult With Any Participants Prior To The Publication Of Any Press Release That Directly Includes A Written Or Visual Reference To The Name Of Their Organization, Employees, Or Technology. Respondents Shall Not Use The Name, Logo, Or Images Of Any U.s. Government Organization, Employee, Or Contractor Without Prior Approval From The Relevant Organization. special Notice university Affiliated Research Centers (uarcs), Federally Funded Research And Development Centers (ffrdcs), And/or Contractor Consultant/advisors To The Government Will Review And Provide Support During Evaluation Of Submittals. When Appropriate, Non-government Advisors May Be Used To Objectively Review A Particular Functional Area And Provide Comments And Recommendations To The Government. All Advisors Will Comply With Procurement Integrity Laws And Shall Sign Non-disclosure And Rules Of Conduct/conflict Of Interest Statements. The Government Will Take Into Consideration Requirements For Avoiding Conflicts Of Interest And Ensure Advisors Comply With Safeguarding Proprietary Data. Submission In Response To This Rfi Constitutes Approval To Release The Submittal To Government Support Contractors. federal Acquisition Regulation (far) 52.215-3 per Far 52.215-3 Request For Information Or Solicitation For Planning Purposes (oct 1997): the Government Does Not Intend To Award A Contract Based On This Rfi Notice Or To Pay For The Information. although "proposal" And "technology Developer" Are Used In This Rfi, Your Responses Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. in Accordance With Far Clause 15.209(c), The Purpose Of This Rfi Is To Solicit Technology Candidates From R&d Organizations, Private Industry, And Academia For Inclusion In Future N&nc Events
Closing Date7 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) Solicitation Number 36c25725r0019 Is Issued As A Request For Proposal (rfp). (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01. (iv) This Solicitation Is Issued As Unrestricted Full And Open Competition, With The Associated Naics Code Of 325412, Which Has A Small Business Size Standard Of 1,300 Personnel. (v) Requested Items And Services; See Attached Statement Of Work For The Contractor Qualifications, Description Of The Required Items And Services, And The Price/cost Schedule (sf1449) For The Contract Line Item Numbers, Quantities, And Options Requested In This Solicitation. (vi) This Requirement Is For Providing Radiopharmaceuticals To The South Texas Veterans Health Care System (stvhcs), San Antonio, Tx. (vii) The Anticipated Delivery Period For The Requirement Is 11 January 2025 Through 10 January 2028. (viii) The Provision At Far 52.212-1, Instructions To Offerors-commercial Items, Applies To This Acquisition. This Solicitation Requires Submission Of Information, Other Than Price; See Item Xiii Below For The Additional Submission Requirements. (ix) The Provision At Far 52.212-2, Evaluation-commercial Items, Is Used In This Solicitation. Evaluation Factors For The Solicitation Are Technical, Past Performance And Price. Technical And Past Performance, When Combined, Are Significantly More Important Than Price Alone. The Evaluation Of Offers Will Be Conducted By A Comparative Evaluation Of Offers. The Government Intends On Awarding A Single-award Id/iq Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Represents The Best Value And Most Advantageous To The Government, Price And Other Factors Considered. (x) The Provision At Far 52.212-3, Offeror Representations And Certifications Commercial Products And Commercial Services, Applies To This Acquisition. Offerors Who Have Submitted An Annual Online Representations And Certifications (far Provision 52.212-3) In The Systems And Award Management (sam) Do Not Need To Return A Completed Copy Of The Provision With Their Proposal. Offerors Must Be Registered And Have Completed The Provision At Far 52.212-3 In Sam To Be Considered For An Award From This Solicitation. (xi) The Clause At Far 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition. (xii) The Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Items, Applies To This Acquisition. The Clauses Within Far 52.212-5 Applicable To The Solicitation Include: 52.203-6, Restrictions On Subcontractor Sales To The Government, Alternate I, 52.203-13, Contractor Code Of Business Ethics And Conduct, 52.203-17, Contractor Employee Whistleblower Rights, 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards, 52.204-27, Prohibition On A Bytedance Covered Application, 52.204-30, Federal Acquisition Supply Chain Security Act Orders-prohibition, 52.209-6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment, 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters, 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns, 52.219-8, Utilization Of Small Business Concerns, 52.219-9, Small Business Subcontracting Plan, Alternate Ii, 52.219-14, Limitations On Subcontracting, 52.219-16, Liquidated Damages Subcontracting Plan 52.219-28, Post-award Small Business Program Representation, 52.219-33, Nonmanufacturing Rule, 52.222-19, Child Labor-cooperation With Authorities And Remedies, 52.222-21, Prohibition Of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity For Veterans, 52.222-36, Equal Opportunity For Workers With Disabilities, 52.222-37, Employment Reports On Veterans, 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act, 52.222-50, Combating Trafficking In Persons, 52.223-23, Sustainable Products And Services, 52.225-5, Trade Agreements, 52.225-13, Restrictions On Certain Foreign Purchases, 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving, 52.229-12, Tax On Certain Foreign Procurements, 52.232-33, Payment By Electronic Funds Transfer-system For Award Management, 52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Drone Act Covered Foreign Entities, And 52.242-5, Payments To Small Business Subcontractors. additional Clauses Applicable To This Procurement Include: 520.204-9, Personal Identity Verification Of Contractor Personnel, 52.204-13, System For Award Management Maintenance, 52.204-18, Commercial And Government Entity Code Maintenance, 52.214-21, Basic Safeguarding Of Covered Contractor Information Systems, 52.216-18, Ordering, 52.216-19, Order Limitations, 52.216-22, Indefinite Quantity, 52.232-19, Availability Of Funds For The Next Fiscal Year, 852.201-70, Contracting Officer S Representative, 852.203.70, Commercial Advertising, 852.204-70, Personal Identity Verification Of Contractor Personnel, 852.204-71, Information And Information Systems Security, 852.219-70, Va Small Business Subcontracting Plan Minimum Requirements, 852.223-71, Safety And Health, 852.232-72, Electronic Submission Of Payment Requests, 852.242-71, Administrative Contracting Officer, 852.246-71, Rejected Goods, And 852.247-73, Packing For Domestic Shipment. (xiii) This Acquisition Includes Additional Submission Requirements. other Additional Submission Requirements Are: this Solicitation Includes Far Provision 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. The Offeror Must Have Completed The Provision On-line At The System For Award Management (sam) Prior To Providing An Offer. this Solicitation Includes Far Provision 52.209-7, Information Regarding Responsibility Matters. The Offeror Must Have Completed The Provision On-line At Sam Prior To Providing An Offer. this Solicitation Includes Far Provision 52.225-6, Trade Agreement Certificate. The Offeror Is To Complete The Certificate And Return A Copy With Their Offer. Negative Responses Are A Required Submission. this Solicitation Includes Far Clause 52.219-9, Small Business Subcontracting Plan, And Vaar Clause 852.219-70, Va Small Business Subcontracting Plan Minimum Requirements. If Contract Award Is To Be Made To A Large Business, The Offeror/contractor Must Submit A Subcontracting Plan Within Their Offer. If No Subcontracting Opportunities Are Available For The Requirement, The Offeror/contractor Must Describe Within Their Offer Why They Are Not Available. offeror Must Submit The Following For Evaluation Of The Offeror S Technical Capability: offeror Must Offer The Radiopharmaceuticals Listed In The Statement Of Work (paragraph 4, And The Price Schedule, Sf1449) offeror Must Provide Copies Of Their Usnrc Or State License, And All Other Relevant Licenses, Certifications And/or Partnering Agreements (sow, Paragraph 3) offeror Must Provide Past Performance References (maximum Of 5) With Their Offer. Past Performance References Must Include A Point Of Contact Name, Phone Number, Business Name, And Contract Number, If Applicable. offeror Should Complete Page 1 Of The Attached Sf1449; Block 12, Discount Terms, If Applicable; Blocks 17a., Contractor/offeror Information; And Blocks 30, 30a. -signature Of The Offeror/contractor; 30b., Name And Title Of The Signer; And 30c. Date Signed. offerors Are To Provide Pricing With Their Offer. Offerors May Complete The Price/cost Schedule In The Attached Sf1449 Or May Provide Pricing In Their Own Format (microsoft Or Pdf Document). Line Items 0013, 0021, And 0029 Are Identified For Items That May Require Additional Mci (see Price Schedule, Sf1449). Offeror Is To Provide Unit Prices For The Additional Mci For These Line Items. The Quantities Described In The Price/cost Schedule Are Estimated Annual Quantities. The Guaranteed Minimum Award Amount For The Contract Is $10,000.00. The Government Does Not Guarantee That It Will Place Any Orders Under The Contract In Excess Of The Guaranteed Minimum Award Amount. The Government Is Only Obligated For The Quantities That Are Requested, Delivered, Or Performed. failure To Provide All Of The Submission Requirements May Determine The Offerors Proposal To Be Non-compliant To The Solicitation. (xiv) The Defense Priorities And Allocations System (dpas) Does Not Apply To This Acquisition. (xv) Offers Are Due By 7 January 2025, 1:00 Pm Cst. Offers Must Be Submitted By Email To Vance Farrell At Vance.farrell@va.gov. Due To Email Constraints By The Va, It Is Requested That Emails Sent To The Poc Be No Larger Than 12mb In Size. Do Not Submit Offers In The Form Of Zip Files; Va Servers Typically Do Not Transfer All Of The Contents Of Zip Files. If Needed, Submit The Proposal Content In Multiple Emails. (xvi) Questions Regarding Information In The Solicitation Must Be Submitted In Writing To The Solicitation Point Of Contact (poc), Vance Farrell, By Email At Vance.farrell@va.gov. It Is Requested That All Questions Be Submitted No Later Than 3 January 2025.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

Province Of Northern Samar Tender

Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Province Of Northern Samar Catarman, Northern Samar [tab] Bids And Awards Committee Request For Quotation Name Of Supplier (business Name): Address: Tin: Date: February 17, 2025 Rfq No.: 25-02-0038 Contact No.: The Ppdo, Through The Bids And Awards Committee (bac), Intends To Procure Information Technology Parts & Accessories, With Pr No.: 2025-01-0103 & 2025-01-0041. The Information Technology Parts & Accessories Shall Be Procured Through The Alternative Mode Of Procurement In Accordance With Ra No. 9184 As Reflected On Bac Resolution No. Svp-02-17-01. Suppliers Of Know Qualifications Are Invited To Submit Their Quotation/proposal, Signed By Your Of Your Duly Authorized Representative Not Later Than ____________, Subject To The Terms And Conditions Provided In This Rfq. The Contract Shall Be Awared To The Supplier With The Lowest And Responsive Quotation. The Following Documents Are Required To Be Submitted Along With The Quotations/proposal: 1. Mayor's/business Permit 2. Philgeps Certificate Of Registration 3. Omnibus Sworn Statement Open Quotations May Be Submitted, Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Queries, Your May Contact Us At (055) 500-2342 Or Email Address At Pgnsbac1 @gmail.com / Bac.alternative@outlook.com. Dr. Jose Luis A. Acompañado Bac Chairman Rfq No.: 25-02-0038 Pgns-bac-005-fm Rev.00 1 Of 4 Effectivity Date: July 17, 2023 General Instructions: (1) Accomplish The Rfq Completely And Accurately. (2) Alteration Of This Form In Any Way Is Not Allowed. (3) Failure To Comply With Any Of The Technical Specifications Required Will Disqualify Your Quotation. (4) Failure To Follow These Instructions Will Disqualify Your Quotation. After Having Carefully Ead And Accepted The Terms And Conditions, I/we Submit My/our Quotation/s For The Items As Follows: Rfq No.: 25-02-0038 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model Lot 1-for The Use In Various Activites Of Ppdo. 1 1 Unit Anti-virus 5 Users 5,000.00 5,000.00 2 6 Pack Rechargeable Batteries With Charging Station - 2 Pack 18650 Battery 3.7v Standard Voltage 2200mah High Capacity 1,000.00 6,000.00 3 4 Set Rechargeable Wireless Karaoke Microphone Handheld Mic Dual Uhf Portable Dynamic With Receiver Set 2,000.00 8,000.00 4 3 Piece External Hard Drive, 2tb 6,000.00 18,000.00 Lot 2 - For The Use Of Ppdo. Dji Mavic 3enterprise Battery Kit For Mavic 3 Drones 3 X Mavic 3 Batteries & Charging Hub (type C) Charge All 3 X Batteries In Sequence 1 1 Unit Requires Dji 100w Portable Charger Lipo 4s Battery Chemistry Up To 46 Min. Of Flight Time Per Battery Up To 40 Min. Of Hover Time Per Battery 50,000.00 50,000.00 Pgns-bac-005-fm Rev.00 2 Of 4 Effectivity Date: July 17, 2023 Rfq No.: 25-02-0038 Approved Budget For The Contract Quotation/offer Item No. Qty. Unit Item Description/technical Specifications Unit Price Total Price Unit Price Total Price Brand/model 2 1 Unit Dji Rtk Module For Mavic 3 Enterprise Compatibility: Dji Mavic 3 Enterprise Position Accuracy: Horizontal: 0.4" / 1 Cm + 1 Ppm; Vertical: 0.69" / 1.5 Cm + 1 Ppm Navigation System: Gps: L1c, A L2c & L2p; Beidou: B1i & B2i; Glonass: G1 & G2; Galileo: E1 & E5b; Qzss: L1 & L2 Usb I/o: 1 X Usb-c Female Input Power Source: Vehicle Adapter (built-in) Rated Power: 1.2w (approximate) 100,000.00 100,000.00 Total 187,000.00 Remarks: Mailyn Balleta Canvasser Proprietor/authorize Representative (signature Over Printed Name) Pgns-bac-005-fm Rev.00 3 Of 4 Effectivity Date: July 17, 2023 Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information As Required In This Form. 2. The Price Quotation/s Shall Be Valid For A Period Of 60 Calendar Days From The Date Of Submission. 3. The Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 4. All Quotations Which Exceeds The Approved Budget For The Contract Shall Be Rejected. 5. The Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 6. Any Alterations, Interlineations, Or Overwriting Shall Not Be Allowed Including The Terms And Conditions Of Rfq. 7. The Item/s Shall Be Delivered Within 30 Calendar Days From Receipt Of The Purchase Order. 8. The Provincial Government Of Northern Samar Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Pgns Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies That The Pgns May Take. Pgns-bac-005-fm Rev.00 Rfq No.: 25-02-0038 4 Of 4 Effectivity Date: July 17, 2023
Closing Date21 Feb 2025
Tender AmountPHP 187 K (USD 3.2 K)

Department Of Human Settlements And Urban Development - DHSUD Tender

Electronics Equipment...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Request For Quotation Rfq-dhsudncr-25-014a Supply And Delivery Of Various Ict Equipment For Dhsud-ncr Pursuant To Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, The Department Of Human Settlements And Urban Development (dhsud) - Ncr Would Like To Invite Your Company To Submit Quote Or Proposal For The Supply And Delivery Of Various Ict Equipment For Dhsud-ncr The Approved Budget For The Contract (abc) Is Two Hundred Eighty Three Thousand Seven Hundred Pesos (p 283,700.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. The Minimum Technical Specifications And Budget For The Said Procurement Items Are As Follows: Item Quantity Product Component Recommended Specification (equivalent Of Higher) Budget 1 1 Tv Php 49,900 Screen Size 50-inch Qled Or Higher Resolution At Least 4k Ultra Hd Or Higher Connectivity Wi-fi And Bluetooth Hdmi Ports 3x Hdmi 2.1 Usb Ports 2 Voltage Ac100-240v-50/60hz Wattage 145 * At Least 1 Year Warranty On Parts And Service Including Battery 2 5 Webcam Php 10,000 Multiple Resolution 1080p/30fps (1920x1080 Pixels) 720p/30fps (1280x720 Pixels) Camera Megapixel 2mp Focus Type Fixed Focus Usb Connectivity Usb-a Plug-and-play Microphone Built-in Mic Range Up To 1m * At Least 1 Year Warranty On Parts And Service 3 1 Speakerphone Audio Php 14,000 Number Of Microphones 4 Microphone Type Digital Mems Microphone Frequency Range 150 Hz – 7000hz Microphone Pick Up Range Up To 2.3m | 7.55ft Full Duplex Yes Battery Talk-time Up To 12 Hours Battery Capacity 2 X 900 Ma Connectivity Usb C Or Usb A, Bluetooth (for Smartphone/tablet Only) Paired Devices Up To 8 Bluetooth Devices * At Least 2 Years Warranty On Parts And Service 4 1 Projector Php 48,800 Projection System 3lcd, 3-chip Technology Native Resolution 1920 X 1080 (full Hd) Color Brightness 4,000 Lumens White Brightness 4,000 Lumens Connectivity: Usb Interface Usb Type A:1 (for Wireless Lan, Firmware Update, Copy Osd Settings) Usb Type B:1 (for Firmware Update, Copy Osd Settings) Network Wireless: Built-in Digital Input Hdmi:2 * At Least 2 Years Warranty On Parts And Service 5 3 Drone Php 132,000 Aircraft Take Off Weight Under 249g Dimensions Folded (without Propellers) 148x94x64 Mm (lxwxh) Unfolded (with Propellers) 298x373x101 Mm (lxwxh) Internal Storage 2gb Camera Image Sensor 1/1.3-inch Cmos, Effective Pixels: 48 Mp Lens: Fov: 82.1 Format Equivalent 24 Mm Aperture: F/1.7 Focus: 1m To ∞ Iso Range: Video Normal And Slow Motion: 100-6400 (normal) 100-1600 (d-log M) 100-1600 (hlg) Night: 100-12800 (normal) Photo: 12 Mp: 100-6400 48 Mp: 100-3200 Max Image Size 8064x6048 Photo Format Jpeg/dng (raw) Video Format Mp4 (mpeg-4 Avc/h.264, Hevc/h.265) Supported File System Exfat Resolution 4k/60fps Hdr Video Others Active 360 * At Least 2 Years Warranty On Parts And Service 6 1 Wireless Mobile Printer With Removable Battery And Usb Charging Php 26,000 Printer Type Mobile With Removable Battery And Usb Charging Number Of Nozzles Total 1,856 Or Higher Ink Cartridges Pgi-35, Cli-36 Maximum Printing Resolution 4800 (horizontal)*1x1200 (vertical) Dpi Support Media Rear Tray Plain Paper High Resolution Paper (hr-101n) Matte Photo Paper (mp-101) Double-sided Matte Paper (mp-101d) Photo Paper Plus Glossy Ii (pp-201, Pp-208) Photo Stickers (ps-208, Ps-808) Envelope Paper Size Rear Tray A4, A5, B5, Ltr, Lgl, Envelopes (dl, Com10), Square (5x5”, 3.5 X 3.5”), Card Size (91x55mm), 4x6”, 5x7”, 7x10”, 8x10” (custom Size) Width 55-215.9mm, Length 89 – 276mm, *f4 Is Possible Via Custom Size Settings Network Protocol Snmp, Http, Tcp/ip (ipv4/ipv6) Wireless Lan Network Tye: Ieee802.11 A/b/g/n System Requirements: Window 10 / 8.1 Os X 10.11.6, Macos 10.12 – 10.15 Chrome Os Usb Type C: Usb 2.0 * At Least 2 Years Warranty On Parts And Service 7 3 Computer Headset Php 3,000 Cord Length: At Least 1.8 M (5.90 Ft) Noise-canceling Microphone * At Least 2 Years Warranty On Parts And Service Terms And Conditions: 1. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable; 2. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected; 3. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Bid, The Department Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005; 4. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications; 5. The Department Shall Have The Right To Inspect The Item/s To Check Its Conformity With The Required Minimum Technical Specifications; 6. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dhsud-ncr May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It; 7. Payment Shall Be Processed Within 15 To 30 Working Days After Inspection And Acceptance Of Goods And Services, And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Bidder’s Account; 8. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development-ncr (dhsud - Ncr) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Or Or Si. Supporting Documents: 1. Philgeps Registration Number / Certificate Of Philgeps Membership; 2. Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) 3. Bir 2303 Certificate Of Registration. 4. Tax Clearance 5. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable 6. Signed Omnibus Sworn Statement (oss) Note: Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. 7. Income Tax Return Instructions: 1. Accomplish This Reply Slip Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements, On Or Before 10:00am, 14 February 2025 Through Personal Delivery, And In A Sealed Envelope, To Administrative And Finance Division – Procurement Unit Located At The 5th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Jay.cariaga@dhsud.gov.ph The Dhsud - Ncr Bids And Awards Committee (bac), Through The Concerned End Unit And The Bac Secretariat Will Recommend The Award Of The Contract To The Dhsud - Ncr Head Of The Procuring Entity (hope) Of A Bidder With The Single/lowest Calculated Responsive Bid (scrb/lcrb) Pursuant To Section 37.1.1 Of The 2016 Revised Irr Of Ra 9184. The Dhsud - Ncr Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s, And To Accept Only The Offer That Is Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184. For More Details, Please Email Us Or Contact Mr. Jay Michael R. Cariaga At Cellphone Number +639771041795. (original Signed) Maria Remelyn Sanchez Officer-in-charge, Administrative And Finance Division
Closing Date14 Feb 2025
Tender AmountPHP 283.7 K (USD 4.8 K)

Department Of Agriculture Tender

Software and IT Solutions
Philippines
Details: Description Invitation To Bid For The Supply, Delivery, Subscription, Installation, And Configuration Of Various Ict Equipment And Network Softwares 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Sixteen Million Four Hundred Thirty-two Thousand Pesos (php16,432,000.00) With Project Identification Number Da-rfo 1-2025-goods-032 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot, To Wit: Project Title Abc (php) Lot 1: Supply And Delivery Of Various Ict Equipment 7,912,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 2,900,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 4,620,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000,000.00 Total 16,432,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Lot No. Particulars/descriptions Quantity Unit Cost Total Cost 1 Supply And Delivery Of Ict Equipment For Office Productivity Of Da-rfo 1 Employees 1 Lot 7,912,000.00 7,912,000.00 1) Laptop (high End, Branded) Processor: 13th Gen, 10 Cores, 16 Threads, 24mb Smart Cache, Up To 4.90 Ghz Max Turbo Frequency, 45w Base Power, Maximum Turbopower 105w Display: 15.6inch Fhd (1920x1080), 144hz, Ips-level Memory: 16gb Ddr5-5200 Max 64gb 2 Slots Storage: 1tb M.2 Ssd Slot (nvme Pcie Gen4) Graphics: 4608 Cuda Cores With Boost Clock 1230 - 2175 Mhz, 8gb Gddr6 Webcam: Hd Type (30fps@720p) Communication: Gb Lan 802.11 Ax Wi-fi 6 + Bluetooth V5.2 1x Type-c (usb3.2 Gen1 / Dp) 2x Type-a Usb3.2 Gen1 1x Type-a Usb2.0 Battery: 3-cell 53.5 Battery (whr) Ac Adapter: 200w Adapter Operating System: Licensed Windows 11 4 Units 2) Desktop Computer (high End, Branded) Lga1700 14th Generation Processor Family 20 Mb L3 Cache, 10 Cores, 16 Threads 16gb Ddr4 3200 512gb Nvme Gen 4 Ssd + 1tb Hdd 7200rpm Dedicated 6gb Ddr6 Graphics Card With Wi-fi And Bluetooth With Wireless Keyboard And Mouse Combo With 23.8 Inches Monitor Native 1920 X 1080 With Licensed Windows 11 Os Installed 10 Units 3) Laptop (regular, Branded) 13th Generation Mobile Processor 16gb 4800mhz Ddr5 512 Gb Nvme Ssd 15.6" Full Hd Wireless Ieee 802.11 A/b/g/n+ac+ax Capable 2x Usb Gen 3.2 Ports 1x Usb 3.2 Type C Port Built-in Webcam And Microphone Rechargeable Built-in Li-ion Battery With Licensed Windows 11 Os Installed 19 Units 4) Desktop Computer (regular, Branded) Lga1700 14th Generation Processor Family 8 Gb Memory Ddr5 Memory 512 Gb Nvme Ssd Gen. 4 23.8 Inch Full Hd Native 1920 X 1080 With Mouse And Keyboard With Licensed Windows 11 Os Installed With Lan, Wifi And Bluetooth Vga/dvi-d, Hdmi Or Display Port 14 Units 5) Printer 3-in-1 W/ Adf, A3 Color Printer 800 Nozzles Black, 256 Nozzles Per Color (cmy) Can Print Up To A3+ Size Paper Wifi, Wifi Direct And Ethernet Connection 4800 X 2400 Dpi Hi-speed Usb 2.0 Connectivity Duplex Printing Capable, Up To A3 Scan And Copy Thru Adf Scan And Copy Thru Glass Bed Bi-directional Printing Up To 25 Ipm Printing Speed With Consumables 100-240v Voltage, 50-60hz Frequency 10 Units 6) Portable Printer Print Speed Up To 14ppm With Built-in Battery Colour Lcd Panel Wifi And Wifi Direct Connectivity Bi-directional/uni-directional Printing Hi-speed Usb 2.0 Connectivity 14 Units 7) Multi-function Printer (for Pvc Id Card) Friction Feed Pvc Id Card Printing Enabled Micropiezo Printhead Bi-directional Printing 1.5pl Minimum Ink Droplet Size Maximum Print Resolution Of 5760 X 1440 Dpi With Variable-sized Droplet Technology Usb 2.0 Connection Wireless Capable Esc/p-r, Esc/p Raster Language With Bundled Consumables With Additional 1 Set Extra Consumables 3 Units 8) Multi-function Printer Printer Type: Print, Scan, Copy And Fax Maximum Resolution: 4800 X 1200 Dpi Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour Auto-duplex Printing Adf Capability Ethernet & Wi-fi Direct Colour Touch Lcd Screen Usb 2.0 Connectivity 15 Units 9) 3-in-1 Network Printer/ Scanner/ Photocopier Printer Type: Print/copy/scan/fax Precisioncore Printhead Bi-directional Printing 4800 X 1200 Dpi Maximum Resolution 2-sided Printing Capable 600 X 600dpi Copy Resolution Friction Paper Feed Front And Rear Tray With Lcd Screen Network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Usb 2.0 Connection Ac 220-240v 50-60hz Up To A3 And A3+ Paper Size Cassette Capacity Of 250 Sheets For A4 (80gsm) Rear Capacity Of 20 Sheets For A3+ (80gsm) Up To 5.0 Ipm Scan Speed @200dpi With Bundled Consumables With Additional 1 Extra Set Of Consumables With 1 Piece Maintenance Box 10 Units 10) Dot Matrix Printer Impact Dot Matrix 9-pin Wide Carriage Up To 496cpi Prints Up To 6-part Forms 15,000 Power On Hours Mtbf Usb 2.0, Bi-directional Parallel Supported Bi-direction With Logic Seeking 200 Million Strokes/wire Printhead Life 2 Units 11) Flatbed Scanner Minimum Technical Specifications: Colour Scanner A4 Sheet-fed, 3-pass Duplex Scanner Led Light Source 1,200 X1,200 Dpi Output Resolution 215.9 X 3,048 Mm Maximum Document Size Supports 50 Gsm – 120 Gsm Paper Thickness 50 Sheets Adf Capacity Scan Speed Up To 25ppm/10ipm (300 Dpi) 24 Units 12) Portable Document Scanner A4 Sheet-fed, Simplex Colour Scanner Optical Resolution: 600 X 600 Dpi Output Resolution: 50 – 1,200 Dpi 216 X 1,828.8 Mm Maximum Document Size Contact Image Sensors (cis) Compact Size And Footprint Powered Via Usb, Ac Adapter Or Built-in Battery Scan Speed Up To 4.0sec Per Sheet (on Battery) Usb 2.0, Wi-fi And Wi-fi A/p Mode Connectivity 20 Units 13) Projector (indoor) Native Resolution Full Hd (1080p) Large Screen Projection Up To 391" 3000 Lumens Of Colour And White Brightness Comes With Android Tv™2 Dongle And Chromecast Built-in™ 5w Speaker (with Enclosure) Life (normal / Eco): 6,000 / 12,000 Hours (normal / Eco) F-number: 1.44 Focal Length: 16.4mm Zoom Ratio: 1.0 – 1.35 (digital Zoom) Throw Ratio: 1.19 – 1.61 Usb Type A: 1 (for 2a Power Supply, Firmware Update And Copy Osd Settings) Usb Type B: 1 (for Firmware Update And Copy Osd Settings) Hdmi: 1 (hdcp 1.4) 10 Units 14) Dslr Camera 24.2mp Aps-c Cmos Sensor Dual Pixel Cmos Af Ii 4k30 Video, 4k60 With Crop; Hdr-pq 23 Fps E. Shutter, 15 Fps Mech. Shutter 2.36m-dot Oled Evf 1.04m-dot Vari-angle Touchscreen Lcd Multi-function Shoe, Wi-fi And Bluetooth 18-45mm F/4.5-6.3 Is Stm Lens Lithium-ion Battery Pack Charger For Battery Pack 8 Units 15) Portable Audio System (branded) Digital Wireless Microphone Included Output Power: At Least 1100 Watts 30hz-20khz (-6db) Dynamic Frequency Range With 3.5mm Audio Cable Input Bluetooth Connection Usb Playback Guitar And Microphone Input True Wireless Stereo Using Bluetooth Connection With Rca Output Microphone Specifications: Frequency: 2404 - 2478mhz Encryption: Aes - 128 Working Range: 30m (100ft) Latency: < 12ms Frequency / Channel Selection: Adaptive Channel Selection Frequency Response: 50hz - 15khz Dynamic Range: 100db@ 1k Hz Signal -to -noise: 59dba Thd: < 1% @ 94db Spl, 200 - 10khz Microphone Rechargeable Battery: 600mah, 3.7v Li-ion Battery Dongle Battery: 700mah 3.7v Li-ion Battery Playtime Of Microphone: Up To 20 Hours Playtime Of Dongle: Up To 12 Hours Microphone Battery Charge Time: < 2.5h In Off Mode Dongle Battery Charge Time: < 2.5h In Off Mode Microphone Head: 16mm Ecm Transmitting Power: < 10dbm Receiver Maximum Output Level: < 1v Rms 6 Units 16) Handheld Gps Receiver 2.2" Transflective, 65k Color Tft Display Type 240 X 320 Pixels Display Resolution 25 Hrs Battery Life Ipx7 Water Rating High-sensitivity Receiver 2 Aa Nimh Or Lithium Rechargeable Batteries And Charger Included 30 Units 2 Supply, Delivery And Subscription To Various Ict Software 1 Lot 2,900,000.00 2,900,000.00 1) Graphic Design Platform 1tb Of Cloud Storage 1000 Brand Kits 100m+ Photos, Videos, Graphics, Audio Ai-generated Writing And Designs Unlimited Premium Templates Ai Admin Controls Edit, Comment, And Collaborate In Real-time With Online Customer Support 3-year Subscription *1 Account = 3 Users 5 Units 2) Cad Modeling Software Civil-infrastructure/engineering Design And Documentation Software Supports Computer-aided Design And Building Information Modeling Site And Survey Workflows Drainage Design And Analysis Plan Production And Documentation Intersection Design Corridor, Geotechnical And Terrain Modeling Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 3) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 3 Year Subscription 2 Units 4) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 5) Office Productivity Software On Premise - Open License Graphical User Interface/keyboard Driven Menu System Support In Inserting And Editing 3d Models Support To Scalable Vector Graphics (svg) With Filters Live Preview While Formatting With Built-in Language Translator Support For Touch-enabled Devices, Digital Pens And Mouse For Drawing Shapes, Writing Out Complex Math Problems And Highlighting Text. With Accessibility Checker With Support For International Standards 45 Units 3 Supply, Delivery, Installation And Configuration Of Ict Network Equipment Of Da-rfo 1 1 Lot 4,620,000.00 4,620,000.00 1) Network Firewall Subscription At Least 3yrs Throughput Ngfw, Ips & Threat Protection: 1.6, 2.6 & 1 Gbps Concurrent Ssl-vpn Users: 500 2.2 Gbps Application Control Throughput Capwap Throughput (http 64k): 15gbps Heat Dissipation: At Least 100.6 Btu/h 80plus Compliant Power Supply Efficiency Rating Ports: 2 Ge Rj45 Wan, 4 Ge Rj45 Or Sfp Shared Ports, 1 Console And Usb Port Concurrent Tcp Sessions: 1.5million 10,000 Firewall Policies Throughput Ipsec Vpn: 11.5 Gbps Compliance Fcc Part 15b, Class A, Ce, Rcm, Vcci,ul/cul, Cb, Bsmi Ac Power Supply 100–240v Ac, 50/60 Hz Form Factor (supports Eia/non-eia Standards) Rack Mount, 1 Ru With Complete Accessories & Compatible With Existing Network Setup. 1 Unit 2) Network Switch (access) 10/1g Uplink Ports Forwarding And Switching Rate: 261.9 Mbps & 176 Gbps Per Hour Mean Time Between Failures: At Least 503,400 Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Entries Of Flexible Netflow: 16,000 Flows On 24 Or 48 Port Gigabit Ethernet Models Bandwidth Stacking: At Least 80 Gbps Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Qos Scale & Acl Entries: 1000 With Complete Accessories & Compatible With Existing Devices. 1 Unit 3) Wireless Lan Controller (bundled With 6-ap & Licenses) Fixed Service Port: Auto-negotiation 10/100/1000base-t, Auto Mdi/mdix Crossover Standard Rj45 & Usb Port Management Port 40w Max. Power Consumption 200,000 Hours Mean Time Between Failure (mtbf) At The Standard Temperature 2048 Maximum Number Of Configurable Access Points Default Number Of Manageable Access Point Of 32 448 Maximum Number Of Manageable Access Point Wlan Service: 2048 Maximum Wlan Id At Least 32,768 Mac Address Entries 4096 Of Virtual Lans Ipv4 Address Pools: 2,000 Ipv4 Addresses: 24,576 Ipv6 Address Pools: 256 Ipv6 Addresses: 2,048 Ieee 802.11 Protocols: 802.11, 802.11b, 802.11a, 802.11g, 802.11d, 802.11h, 802.11w, 802.11k, 802.11v, 802.11r, 802.11i, 802.11e, 802.11n, 802.11ac, And 802.11ax Ieee 802.11 Security And Encryption: Multi-ssid Mode,ssid Hiding Ieee 802.11i-compliant Psk Authentication, Wpa And Wpa2,wpa3: Wpa3-personal (sae), Wpa3-enterprise (ccmp, 128-bit), And Wpa3-enterprise (gcmp, 192-bit),wep (wep/wep128), Tkip, Ccmp, Anti-arp Spoofing User Access Management: Console Port Login, Telnet Login, Ssh Login, And Ftp Upload Maximum Number Of Stas Supported By The Built-in Portal Server:1,500 Number Of Acl Entries:65,536 Entries With Six (6) Compatible Wireless Access Point With Six (6) Licenses Included Bundled With Training And Certification With Complete Accessories. 1 Unit 4) Network Attached Storage (nas) 64 Bit Cpu Architecture Cpu Frequency: 2.6 / 3.1 Ghz System Memory 2gb Ddr4 Ecc Drive Bays: At Least 4 Compatible Drive Type: 3.5" Sata Hdd & 2.5 Sata Ssd External Ports: 2 Rj-45 1 Gbe Lan Ports, 1 Usb 3.2 Gen 1 Port Pcie Expansion: 1 X Gen3 X 2 Network Upgrade Slot System Fan: 40mm X 40mm X 3pcs 28.5 Db(a) Noise Level Power Supply Unit : 100 Watts Power Consumption: 37.93 Watts (access), 13.43 Watts (hdd Hibernation) Rohs Compliant Bundled With At Least 4 Hdd (16tb) With Complete Required Accessories 2 Units 5) Ups 10kva (rack-mounted) Capacity: 10kva Rackmounted With Battery Input: Voltage: 200-240v +/- 10% Voltage Range: 176-3000v +/- 10% (full Load) Frequency: 56hz - 64hz Battery: 16 X 12v/9ah Output Voltage: 220-240v +/- 10% Frequency: 50hz-60hz +/- 5% Transfer Time: 0 (ac To Battery), 0ms (inverse To Bypass) True Double Conversion Microprocessor Control Technology Ensures High Reliability Input Power Factor Correction Output Power Factor 0.8 Waveform (batt Mode): Pure Sine Wave With Complete Accessories And Warranty. 4 Units 6) Wireless Access Point Max Throughput Up To 400mbps At 2.4g, Up To 867 Mbps At 5g 1.267 Gbps Ofdm: Bpsk@6/9mbps, Qpsk@12/18mbps, 16-qam@24mbps, 64-qam@48/54mbps Protocol: Concurrent 802.11ac Wave2, Wave1, 802.11a/b/g/n Spatial Streams: 2.4g 2x2mimo 5g 2x2mimo Antenna: Internal Antennas(2.4g: 2dbi,5g: 2dbi) Operating Bands: 802.11b/g/n: 2.4g ~ 2.4835ghz, 802.11a/n/ac: 5g:5.150~5.250ghz,5.725~5.850ghz 11b: -91dbm (1mbps), -88dbm (5mbps), -85dbm (11mbps) 11a/g: -89dbm (6mbps), -80dbm (24mbps), -76dbm (36mbps), -71dbm (54mbps) 11n: -83dbm@mcs0, -65dbm@mcs7, -83dbm@mcs8, -65dbm@mcs15 11ac Ht20: -83dbm (mcs0), -57dbm (mcs9) 11ac Ht40: -79dbm (mcs0), -57dbm (mcs9) 20 Units 7) Unmanaged Switch Ports:16 X 10/100base-x Poe+ Ports, 2 X 10/100/1000base-t Ports With 2-port Gigabit Rackmount Poe Switch Layer Type: Unmanaged Switching Capacity:7.2 Gbps Forwarding Rate:5.36 Mpps Mac Address Table:8000 Fan: Fanless Port Surge:6kv 4 Units 8) Ups 1kva Available Capacity : 1kva / 600w Line Interactive Switching Ups 2 X 12v7ah Battery Input Power : 190~240va (50~60hz) Output Power : 220~230va (50~60hz) 24 Units 9) Drone (quadcopter) Gimbal:3-axis Flight Control System: Gnss Support Gps, Beidou, Galileo Maximum Operating Distance:9.3 Miles / 15 Km Battery Capacity:5000 Mah / 77 Wh Charging Temperature 41 To 104°f / 5 To 40°c Maximum Ascent Speed 17.9 Mph / 8 M/s Maximum Descent Speed 13.4 Mph / 6 M/s Maximum Wind Resistance 26.8 Mph / 12 M/s Flight Ceiling 3.7 Miles / 6000 M Image Sensor:4/3″-type Cmos Sensor Resolution Effective: 20 Megapixel (5280 X 3956) Focal Length: 24mm (35mm Equivalent) Field Of View: 84° Maximum Aperture: F/2.8 Minimum Aperture: F/11 Minimum Focus Distance:3.3′/1 M Rotor Configuration: 4 Operating Temperature:14 To 104°f/-10 To 40°c With Complete Accessories, Controller Device, Bag And Extra Batteries And Propeller. Bundled With Formal Drone Pilot And Safety Training, Drone Pilot License & Rpas Certifications Acquisition. 1 Unit 4 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1 Lot 1,000,000.00 1,000,000.00 Managed Switch Bandwidth Stacking: At Least 80 Gbps Entries Of Flexible Netflow: 32,000 On 24 Or 48 Port Multigigabit Models Stacking Switch Capacity & Forwarding Rate: 256 Gbps & 190 Mbps Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Forwarding And Switching: At Least 130.95 Mbps And 176 Gbps Per Hour Mean Time Between Failures: At Least 346,270 Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Sfp Transceiver Module Hot Pluggable Sfp Msa Compliant To Maximize Uptime And Simplify Maintenance Modal Bandwidth Min :400 At Least 1804 Ft. Operating Distance Stackwise Cables Support 16 Gbps Speeds In Both Directions, Yielding A Traffic Total Of 32 Gbps Bandwidth Bidirectionally Cable Length:1.6 Ft Conductor: Copper Network Server Rack Cabinet Minimum Technical Specifications: Capacity: 22u With Exhaust Fans And Power Distribution Cables, I/o Ports And Accessories 1 Lot Roughing-in Materials For Horizontal And Backbone Distribution 1 Lot Roughing-in Materials For Fiber Backbone Distribution 1 Lot Mobilization / Demobilization 1 Lot Testing And Commissioning 1 Lot Preparation, Documentation Of As-built Plan Drawings And Turn-over Of Network Design And Diagram 1 Lot Cables, I/o Ports And Accessories 1 Lot Grand Total 16,432,000.00 All Equipment With 1 Year Warranty On Parts & Services. Drop Off Point: Da Rfo I, City Of San Fernando, La Union Delivery Schedule: 90 Calendar Days From Receipt Of Notice To Proceed (ntp). Delivery Of The Goods Is Required Within 90 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two 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) 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 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Project Title Bid Docs Fee Lot 1: Supply And Delivery Of Various Ict Equipment 10,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 5,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 5,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, 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 Above On Or Before 27 January 2025, 1:00 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 27 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 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: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-032
Closing Date27 Jan 2025
Tender AmountPHP 16.4 Million (USD 280.1 K)
571-580 of 589 archived Tenders