Fiber Tenders

Fiber Tenders

DEPARTMENT OF EDUCATION Tender

Civil And Construction...+3Others, Civil Works Others, Textile, Apparel and Footwear
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 1.1 Million (USD 18.9 K)
Details: Description 1. Archery 1. Target Butt, 54 In. Square Fita Specifications 2 Pieces 2. Arrow Head, 600 3 Pieces 3. Target Faces 80 Cm, Fita Specifications 10 Pieces 4. Explore Equivalent Limbs, 23h 68 40 Lbs 6 Pieces 5. Fast Flight String, 68” 5 Set 6. Back Pack With Arrow Tube Holder 2 Pieces 7. Hoyt Arrow Super Rest Plastic 15 Pieces 8. Stabilizer Complete Set 2 Pieces 9. Nock 600 20 Pieces 2. Arnis 1. Padded Sticks (red) 24 Pieces 2. Padded Sticks (blue) 24 Pieces 3. Lower Arm Guards (red) Small, Medium, Large 6 Pieces 4. Lower Arm Guards (blue) Small, Medium, Large 6 Pieces 3. Athletics 1. Electric Starting Gun 1 Pieces 2. Javelin 4 Pieces 4. Billiards 1. Cue Stick 4 Pieces 2. Billiard Chalk 4 Pieces 5. Baseball 1. Baseball Ball 299 To 235mm Circumference Red Stitching 5 – 5.25 Ounces, Cork Center Wrapped In Yarn Covered With Cowhide 30 Pieces 2. Baseball Bat (elem) Size 30-32” Length Aluminum/steel, 2” Barrel Diameter 3 Pieces 3. Baseball Bat (sec)) Size 32 – 34 Length Aluminum/steel 2.5” Barrel Diameter 3 Pieces 4. Groin Guard 70% Pp + 30% Tpe Body 2 Pieces 5. Catcher’s Mask Full Head Protection Mask With Throat Guard. 2 Pieces 6. Leg Guard Double Knee Design/cushioned Knee Pads 2 Pieces 7. Body Protector Ribbed Foam, Attached Shoulder Caps And Arm Pads Size 13.5”body Length 2 Pieces 8. Catcher’s Mitts 1-piece Solid Web Size 11.5” 2 Pieces 9. Outfielder/infielder Gloves Elem – Size 11.5 Leather Sec – Size 12 11 11 Pieces 6. Badminton 1. Badminton Shuttlecock # 76 Or # 77 30 Pieces 7. Chess 1. Digital Chess Clock 6 Tube 8. Football 1. Football Ball 10 Pieces 2. Football Net Goal 1 Pair 3. Goalkeeper’s Glove (size 9) 2 Pairs 4. Captains’ Armband 2 Pairs 5. Football Training Agility Cones (32 Cm) 5 Pairs 6. Football Obstacle Poles 10 Pairs 9. Futsal 1. Futsal Ball Size #4 8 Pairs 2. Futsal Net 2 Pieces 3. Goal Keeper Gloves (medium) 3 Pairs 4. 9” Agility Hurdle 10 Pairs 5. Cones (small) 10 Pieces 6. Marker 10 Pieces 7. Shane Guard 12 Pieces 10. Women’s & Men’s Artistic Gymnastics 1. Open Cell Landing Folding Mat For Gymnastics, Tumbling, 6ft X 3ft X 4inch 3 Pieces 2. Folding Fitness Gymnastics Mat Waterproof Of Pvc 50 Pieces 3. Gymnastic Bar Horizontal Sports Gym Training 2 Pieces 4. 6-springs Spring Board 120cm X 60cm X 26cm, 90 Kgs 2 Pieces 5. Vault Table Trainer Vt Block 1 Pieces 6. Gymnastics Mushroom7. 8ft. Adjustable Balance Beam 1 Pieces 11. Rhythmic Gymnastics 1. Rhythmic Ribbon 6 Pieces 2. Rhythmic Clubs 8 Pairs 3. Rhythmic Hoop 5 Pieces 4. Rhythmic Ball 3 Pieces 5. Half Shoe 2 Pairs 6. Speaker 1 Set 12. Sepaktakraw (sec.) 1. Sepaktakraw Ball (marathon) 12 Pieces 2. Sepaktakraw Net (marathon) 1 Piece 13. Swimming 1. Hand Paddles (haizid) Local Brand 4 Pieces 2. Gym Ball 6 Pieces 3. Towels 40 Pieces 4. Pull Bouy 8 Pieces 5. Googles (decathlon) 22 Pieces 6. Swim Cap - Silicone ( Nabaiji) Geol Black Green 16 Pieces 14. Tennis 1. Stazenger Tennis Ball Tube 10 Tube 2. Tennis Net 1 Piece 3. Guide Over Grip 13 Pieces 4. Toalson Polyester Tennis String 13 Pieces 15. Table Tennis 1. Table Tennis Rackets (with Ittf Logo) 16 Pieces 2. Table Tennis Training Balls (white, At Least 1 Star) 40 Pieces 3. Table Tennis Official Balls 3 Stars, 40+ Millimeters, Material: Plastic (polymer) Color: White 4 Boxes 4. Table Tennis Score Board (plastic Traditional Table Tennis Score Board) 4 Pieces 5. Table Tennis Net And Post 4 Pieces 16. Volleyball 1. Volleyball Ball V330w (size: 65-67 Cm; Weight: 260-280 G; High-grade Synthetic Leather Cover; Size 5) 8 Pieces 2. Volleyball Net Nv-251 (size: 32′ X 3′; Made With Nylon Or Quality Polyethylene) 4 Pieces 3. Volleyball Antenna (1.8 Meters; Aluminun Alloy Or Fiber Glass; Red And White Color) 4 Pairs 4. Volleyball Flaglets (40 X 40 Cm; Stainless Steel Pole/ Aluminum With Rubber; Ergonomic Grips) 8 Pieces 5. Foldable Pvc Score Board 3 Pieces 17. Wushu 1. Body Armor (2 Blue/black, 2 Red) 4 Pieces 2. Head Gear (2 Blue/black, 2 Red) 4 Pieces 3. Groin Guard ( 2 Male, 2 Female) 4 Pieces 4. Hand Wrap 10 Pieces 5. Arm Guard 10 Pairs 6. Shin Guard 10 Pairs 7. Mouth Guard 10 Pieces 8. Gloves (8oz) (2 Red, 2 Blue/black) 4 Pairs 18. Basketball 1. Gg6 Basketball 8 Pieces 2. Gg7 Basketball 6 Pieces 3. Coach Board/play Maker 5 Pieces 4. Agility Ladder 5 Pieces 19. Aerobic Gymnastics 1. Rubbert Mat 1 Meter X 1meter X 1 Inch 100 Pieces 20. Sepaktakraw 1. Sepak Taraw Net – With 0.06 To 0.08m Mesh. Height Is 0.7m (top To Bottom). Width-6.10m (side To Side), Should Be Edge To Both Sides Along The Sideline Edges With 0.05m Tape. Istaf Standard 2 Pieces 2. Sepaktaraw Balls (elem.) Weight Range From 150g-160g, Circumference 0.42m To 0.44m, Istaf Standard 9 Pieces 21. Softball 1. Softball Ball – A9106asa-low Official Leather Softball Ball-optic Yellow 8 Pieces 2. Softball Gloves-fielders Gloves/mitts Storm Glove With Funnel Web Neo-flex, Conventional Back With Micro Injection & Velcro Strap For Custom Fit, Catchers Glove/mitts-adjustable Wrist Strap, Fast Pitch Model With Conventional Back & Modified Pro H Web(1set Softball Gloves= 11 Cs Fielders Gloves/mitts & 1 Catchers Gloves/mitts) For Elem. & Sec. 12 Pieces 3. Softball Helmet-pro Sport Ssbh-150 Softball Batting Helmet With Wiremask 2 Pieces 4. Softball Mask-rawlings Pwmx-b Cather’s Mask Black/softball Accessories 2 Pieces 5. Body Protector- Rawlings Player Intermediate Chest Protector 16inch/protective Gear 2 Pieces 6. Softball Bat – Brett Professional Softball A2xspeed Bat X 1 Pc 2 Pieces 22. Taekwondo 1. E-trunk Protector (size No. 0-2) 2 Pieces 2. E-trunk Protector (size No. 3) 2 Pieces 3. E-head Protector Size-large) 2 Pieces Total Amount ₱1,108,252.68 End-user Jesus C. Tentativa

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 5.4 Million (USD 93.8 K)
Details: Description Invitation To Bid For 25bj0046 : Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building Brgy. Banao, Kayapa, Nueva Vizcaya 1. The Dpwh-nueva Vizcaya 2nd District Engineering Office, Through The Nep Fy 2025 (early Procurement Activity) Intends To Apply The Sum Of ₱5,445,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25bj0046: Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building Brgy. Banao, Kayapa, Nueva Vizcaya. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-nueva Vizcaya 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract And Location Convergence And Special Support Program - Basic Infrastructure Program (bip) - Bip - Multi-purpose Buildings/ Facilities To Support Social Services - Construction Of Multi-purpose Building Brgy. Banao, Kayapa, Nueva Vizcaya Contract Id No. 25bj0046 Scope Of Works Construction Of 15.0m X 30.0m Multi-purpose Building (covered Court 6 - Spans) With Complete Finishing, Reinforced Concrete Flooring (15.50m X 30.30m X 100mm Thk.) And Electrical Works. Including Solar Power Supply And Provisions Of Movable Standard Backboard Fiber Glass Acrylic Laser Cut With Stand And Complete Accessories Approved Budget For The Contract (abc) ₱5,445,000.00 Contract Duration 170 Calendar Days 3. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) 4. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For General Engineering. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 5. Pursuant To Gppb Resolution No. 15-2021 Dated October 14, 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 6. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 7. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 8. Interested Bidders May Obtain Further Information From The Dpwh Nueva Vizcaya 2nd District Engineering Office And Inspect The Bidding Documents At Procurement Staff Of Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya During Weekdays From 8:00 A.m. To 5:00 P.m. 9. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To February 11, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 10. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 11. The Dpwh Nueva Vizcaya 2nd District Engineering Office Will Hold A Pre-bid Conference On January 30, 2025, 9:00 Am At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya, And/or Youtube Channel (dpwh Nueva Vizcaya 2nd Deo Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 12. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds Clause 17. 13. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya Or At Electronicbids_nuevavizcaya2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 11, 2025 At 9:00 Am. Late Bids Shall Not Be Accepted. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 15. Bid Opening Shall Be On February 11, 2025, Immediately After The Deadline For The Submission Of Bid At The Conference Room, Dpwh Nueva Vizcaya 2nd District Engineering Office, Malasin, Dupax Del Norte, Nueva Vizcaya. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 16. The Dpwh Nueva Vizcaya 2nd District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 17. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Youtube Livestream: Dpwh Nueva Vizcaya 2nd Deo Procurement Livestream For Online Bid Submission: Electronicbids_nuevavizcaya2@dpwh.gov.ph 18. For Further Information, Please Refer To: Diozen T. Degala Officer-in-charge Office Of The Head Of Procurement Staff Dpwh Nueva Vizcaya 2nd Deo Malasin, Dupax Del Norte, Nueva Vizcaya Contact No.: 0908-410-2971 Email Address: Procurement.nuevavizcaya2nd@gmail.com Danilo A. Bernabe Oic-assistant District Engineer Bac Chairperson Date Of Posting: Dpwh And Philgeps Websites: January 22, 2025 Conspicuous Place (office Bulletin Board): January 22, 2025

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Plastic and Rubber
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: The Purpose Of This Sources Sought Notice Is To Conduct Market Research And Identify Potential Sources Of Commercial Products/services That Satisfy The Government’s Anticipated Needs. background the National Institute Of Standards And Technology (nist), Gaithersburg 731.07 Group Within The Engineering Laboratory Is Seeking A Highly Accelerated Stress Test (hast) Chamber Capable Of Meeting The Jesd22a110e Standard To Perform Accelerated Aging Experiments As Part Of A Study Of Long-term Reliability Of Materials Used In Advanced Packaging Of Semiconductor Chips. This Work Is In Support Of The Chips Metrology Program. the Chips Metrology Program Develops And Advances Cutting Edge Metrology Capabilities For Members Of The Us Semiconductor Manufacturing Ecosystem. This Nist Conducted Research Program Works With Device Manufacturers, Tool Vendors, Materials Suppliers, And Other Organizations To Address Critical Metrology Gaps To Spur Innovation Within Seven Grand Challenge Areas. For More Information On Chips Metrology, Please Visit Https://www.nist.gov/chips/research-development-programs/metrology-program nist Is Seeking Information From Sources That May Be Capable Of Providing A Solution That Will Achieve The Objectives Described Above, In Addition To The Following Essential Requirements: sample Types And Sizes samples Will Include Films, Multilayered Film Structures, And Sectioned Wafers materials To Be Aged Will Include Polymeric Components In Advanced Packaging, Including Underfill And Encapsulation Epoxies, Fiber Reinforced Polymer Substrates, Along With Thermal Interface Materials, Filler Components, Treated Substrates. These Materials May Be Standalone Films, Combined Into Multilayered Composites, Or Combined Into Assembled Semiconductor Structures As Part Of A Fabricated Test Vehicle. largest Sample Size Is Expected To Be A Sectioned 300 Mm Wafer. accelerated Stress Testing oven Must Provide A Temperature Range Of At Least 105 °c To 162 °c. oven Must Provide A Humidity Range Of At Least 75 % To 100 % Rh. oven Must Provide A Pressure Range Of At Least 0.020 To 0.392 Mpa. oven Must Be Able To Accommodate Applied Current/voltage To Samples During Testing. This Requires A Terminal Block To Allow For Connection With A Power Source. Indicate Number Of Terminals And All Voltage/current Limits. indicate The Number Of Sensors, Their Locations, And The Temperature, Humidity, And Pressure Accuracy Of The Oven. wire Port sample Degradation Will Be Monitored During Thermal Aging. This Will Require A Pass-through Port To Allow For Monitoring Cables To Be Fed Through The Oven. The Pass-through Port Must Be 2-3” In Diameter. Multiple Pass-through Ports Of Smaller Size Will Also Be Considered. Provide These Details. how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response: Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed In This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. Please Note That To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And “active” In Sam At The Time Of Solicitation Response. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). identify The Equipment That Your Company Sells That Can Meet The Objectives Addressed In The Background Section Of This Notice. For Each Product Recommended To Meet The Government’s Requirement, Provide The Following: manufacturer Name model Number technical Specifications if Your Company Is Not The Manufacturer, Provide Information On Your Company’s Status As An Authorized Reseller Of The Product(s) describe Performance Capabilities Of The Product(s) Your Company Recommends To Meet The Government’s Requirements. Additionally, If There Are Other Features Or Functions That You Believe Would Assist Nist In Meeting Its Objectives Described Above, Please Discuss In Your Response. discuss Whether The Equipment That Your Company Sells And Which You Describe In Your Response To This Notice May Be Customized To Specifications And Indicate Any Limits To Customization. identify Any Aspects Of The Nist Market Research Notice, Including Instructions, And Draft Minimum Specifications In The Background Section You Cannot Meet And State Why. Please Offer Suggestions For How The Market Research Notice And Draft Minimum Specifications Could Be Made More Competitive. state Whether The Proposed Equipment Is Manufactured In The United States And, If Not, State The Name Of The Country Where The Equipment Is Manufactured. identify Any Plans/possibilities For Changes In Manufacturing Location Of The Aforementioned Equipment And Provide Relevant Details, Including Timeline. for The Naics Code Listed In This Notice: indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. describe Services That Are Available With The Purchase Of The Aforementioned Equipment From Your Company Such As Installation, Training, And Equipment Maintenance. describe Standard Terms And Conditions Of Sale Offered By Your Company For The Recommended Equipment Such As: Delivery Time After Your Company Accepts The Order; Fob Shipping Terms; Manufacturer Warranty (including Details Regarding Nature And Duration); If Available, Description(s) Of Available Extended Warranty; Equipment Setup And Test; Operator And Service Instruction Manual(s); Cleanup After Installation; And If Applicable, Other Offered Services. Provide A Copy Of Manufacturer Standard Terms And Conditions That Typically Relate To The Sale Of The Specified Equipment, If Available. state Whether Your Company Offers Facility Renovation Services Related To Installation Of The Recommended Equipment At Its Delivery Destination, If Required Per The Nist-identified Minimum Specifications, And Provide Description Of Said Services. Indicate If Your Company Performs The Facility Renovation Services Or Typically Subcontracts The Work To Another Company. Indicate If Your Company Would Be Interested In Inspecting The Intended Installation Site During The Market Research Phase. state Published Price, Discount, Or Rebate Arrangements For Recommended Equipment And/or Provide Link To Access Company’s Published Prices For Equipment And Services. if The Recommended Equipment And Related Services Are Available For Purchase On Any Existing Federal Supply Schedule Contract(s) Or Other Contracts Against Which Nist May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. identify Any Customers In The Public Or Private Sectors To Which You Provided The Recommended Or Similar Equipment. Include Customer(s) Information: Company Name, Phone Number, Point Of Contact, Email Address. provide Any Other Information That You Believe Would Be Valuable For Nist To Know As Part Of Its Market Research For This Requirement. state If You Require Nist To Provide Additional Information To Improve Your Understanding Of The Government’s Requirement And/or Would Like To Meet With Nist Representatives To Discuss The Requirement And The Capabilities Of The Identified Equipment. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Calendar Days Prior To The Response Date. If The Contracting Officer Determines That Providing A Written Amendment To This Notice To Document Question(s) Received Would Benefit Other Potential Respondents, The Questions Would Be Anonymized, And A Written Response To Such Question(s) Would Be Provided Via An Amendment To This Notice. important Notes this Notice Is For Market Research Purposes And Should Not Be Construed As A Commitment By Nist To Issue A Solicitation Or Ultimately Award A Contract. There Is No Solicitation Available At This Time. this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Capability. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. after A Review Of The Responses Received, A Synopsis And Solicitation May Be Published On Gsa’s Ebuy Or Sam.gov. However, Responses To This Notice Will Not Be Considered An Adequate Response To Any Such Solicitation(s). thank You For Taking The Time To Submit A Response To This Request!

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
Details: The Work For This Project Includes The Construction (design-bid-build) Of A Guam Defense Radar System Command Center (cc), Power Generation Facility, Switchgear Building, Fuel Storage Facility, Entry Control Facility, And Associated Equipment. The Cc Will Include Functional Areas To Accommodate Personnel, Computing Equipment, User Interfaces, And Communications Needed For Planning, Controlling, And Directing Mission Activities. The Power Generation Facility Will Provide Power Via The Switchgear Facility For The Command Center And Associated Infrastructure With Fuel From The Storage Facility Consisting Of Above Ground Fuel Tanks, Fuel Off-loading Infrastructure, And Associated Containment. The Cc Facility And Power Generation Facility Will Be Designed For Risk Category Iv To Meet Site Specific Ground Motion And Seismic Requirements To Include Base Isolation. construction Scope And Methods That Will Be Required As Part Of This Project Include, But Are Not Limited To: demolition Of Existing Housing Units And The Associated Mitigation/disposal Of Asbestos, Lead Contaminated Materials, And Pesticide Contaminated Soil civil Site Work, Including Grading, Paving, And Retaining Walls concrete Construction Meeting The Requirements Of Icc-500 Storm Shelter And Including Coordination Of Cast-in-place, Tilt-up, And Precast Elements 150 Foot Galvanized Steel Antenna Tower And Associated Foundation seismic Isolation Bearings Requiring A Specialized Installation Procedure And Building Erection Sequence Involving Extensive Construction Shoring And Bracing protection Measures For Nonstructural Components, Including Flex Loops For Piping & Conduit To Accommodate Seismic Movement security Infrastructure Includes Real Property Features To Support The Installation Of Security System Level (ssl)-c And Integrated Electronic Security System (iess), Site Security Measures, Entry Control, And Material Procurement & Inspection Requirements facilities Will Be Designed To Provide Cyber Security Engineering And Validation control System Integration Requiring The Aggregation Of Multiple Control Systems, Including Building Controls, Fuel System Controls, And Utility Controls complex Schedule Due To The Nature Of The Concrete & Isolated Foundation Construction, Long Lead Times For Major Equipment Such As Tier 2 Emergency Generators And Mechanical Equipment, And Multiple Joint Occupancy Date (jod) Milestones In The Construction Schedule To Accommodate Work Of Other Contractors Outfitting Systems, Installing Equipment, And Integrating Controls electrical (lighting And Distribution), Fiber Optic And Telecommunications, Fire Protection, Sanitary Sewer, And Storm Drainage the Work Will Include Four (4) Pre-priced Options. Option 1 Is The Price For One Generator And Fuel Tank #2. Option 2 Is The Price For One Generator. Option 3 Is The Price For One Generator. Option 4 Is The Price For The Uninterruptible Power Supply In The Command Center. Option 5 Is The Price For B-side Systems And Equipment In The Power Plant And Command Center. In Accordance With Far 52.217-7 Option For Increased Quantity – Separately Priced Line Item, The Government May Exercise The Options By Written Notice To The Contractor Within 365 Days Of Contract Award. the Magnitude Of This Project Is Estimated Between $250,000,000 And $500,000,000. The North American Industry Classification System (naics) Code Is 236220 And Average Annual Receipts Is $45.0 Million Over The Past Three Years. The Contract Completion Period Is Anticipated To Be 1,323 Calendar Days. a Sources Sought Notice (n62742gdscc) For This Procurement Was Posted On 16 March 2024 On The System For Award Management (sam) Website Https://www.ssam.gov/, And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Pacific Small Business Office Concurs With This Decision. this Is A Best-value, Trade Off Source Selection Procurement Requiring The Submission Of Both Non-price And Price Proposals. All Technical Factors, When Combined Are Of Equal Importance To Past Performance; And All Evaluation Factors Other Than Price, When Combined, Are Approximately Equal To Price. Proposals Submitted In Response To This Solicitation Shall Be In The English Language And In U.s. Dollars. contract Award Will Be Made To The Responsible Offeror Whose Offer, Conforming To The Solicitation, Is Determined To Be The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Technical Factors. The Technical Factors Are As Follows: (1) Experience, (2) Small Business Utilization And Participation, (3) Safety, (4) Management Plan, And (5) Past Performance. For Evaluation Of Experience And Past Performance, A Relevant Construction Project Is Defined As: new Construction Of An Administrative, Office Or Communications Facility Approximately $80 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of Issuance Of The Solicitation. new Construction Of A Secure Space Conforming To The Requirements Of Icd-705 Approximately $10 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of The Issuance Of The Solicitation. new Construction Of Essential Facilities Located In Moderate To High Seismic Areas Approximately $80 Million Or More In Dollar Value And Completed Or Substantially Completed Within The Past Ten (10) Years From The Date Of The Issuance Of The Solicitation. “moderate To High Seismic Areas” Are Defined As Geographic Areas With A Peak Ground Acceleration (pga) Greater Than 0.5g And A Probability Of Ground Motion Exceedance Equal Or Less Than 2% In 50 Years. The Whole Building Design Guide (wbdg) Structural Load Tool For Ufc 3-301-01 Can Be Used To Identify The Pga Of Geographic Areas. This Tool Can Be Found At Structural Load Data Tool For Ufc 3-301-01 | Wbdg - Whole Building Design Guide. Examples Of Areas With These Characteristics Include But Are Not Limited To Guam, California, Alaska, And Japan. the Request For Proposal (rfp) Will Be Available On 30 October 2024. Printed Copies Of The Rfp Will Not Be Issued. The Rfp, Including The Specifications And Drawings, Can Be Accessed Via The System For Award Management (sam) Website At Https://sam.gov/. Contractors Must Register At The Sam Website To Obtain Access To The Rfp. Registration Instructions Can Be Found On The Sam Website. Amendments Will Also Be Posted At Https://sam.gov/. It Is Highly Recommended That Firms Register On The Sam Website As This Will Be The Only Plan Holder’s List Available. It Is The Offeror’s Responsibility To Check The Sam Website Periodically For Any Amendments To The Solicitation. a One-time Pre-proposal Site Visit Has Been Scheduled For 11 December 2024, 9:00 A.m. Chamorro Standard Time (chst). The Pre-proposal Site Visit Is To Provide Offerors With An Opportunity To Familiarize Themselves With The Jobsite And Conditions To Be Encountered, And It Is Not For The Purpose Of Answering Questions. Offerors Interested In Attending The Site Visit Shall Submit The Following Forms: base Access Request – Contractor Memo (fill-in Information In Red). iii Log (complete In Accordance With The Attached “how To Fill Out The Iii Log” Instructions Located At The End Of This Document.) base Access Affidavit 2020 (completed For Each Visitor That Does Not Have Dbids Pass) foreign National Access Request Form contractor Policy Update Memo either A U.s. Passport Or Real Id Act Driver’s License/id the Completed Forms Shall Be Submitted To Dayna Matsumura, Contract Specialist, At Dayna.n.matsumura.civ@us.navy.mil On Or Before 14 November 2024, 2:00 P.m., Hawaii Standard Time (hst). Once Approved For Base Access, A Tracking Number Will Be Emailed To Attendees For Use When Obtaining Base Passes At The Visitor Control Center (northgate), Andersen Air Force Base. please Be Informed: The Visitor Control Center (northgate) Requires Sufficient Processing Time For Each Visitor. Consequently, If An Attendee Submits The Application Forms After The Specified Due Date And Time, The Attendee May Not Be Able To Attend The Site Visit. the Furnishing Of The Above Information, Including Your Social Security Number, Is Voluntary. However, Your Failure To Furnish All Or Part Of The Information Request May Result In The Government's Denial Of Access To The Jobsite. Any Of The Above Information Furnished By You And Protected Under The Privacy Act Shall Not Be Released Unless Permitted By Law And/or You Have Consented To Such Release. upon Receipt Of The Above Information, Our Office Will Submit A Letter To The Pass And Id Office Authorizing Your Entrance. on The Day Of The Visit, Attendees Shall Meet Promptly At The Pacific Regional Training Center (prtc) Gate And Bring Necessary Base Access Pass, The “iii Log” And “new Contractor Letter Memorandum” To The Site Visit. For Those That Do Not Have Dbids, Pick Up An Approved Day Pass From The Visitor’s Center (northgate). Attendees Shall Meet At The Visitor Control Center Overflow Parking Lot.

Oriental Mindoro Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 29.3 Million (USD 505.7 K)
Details: Description Invitation To Bid For Construction Of Multi-purpose Building (auditorium) At Socorro, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of Twenty Nine Million Three Hundred Forty Eight Thousand Four Hundred Thirty Pesos And 73/100 (php 29,348,430.73) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi-purpose Building (auditorium) At Socorro, Oriental Mindoro (ib No. Cw-2025-064)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 299 Calendar Days. Bidders Should Have 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). Item No. Description Qty/unit B.3 B.5 B.7 (1) 803(1)a 804(1)b A.1.1(3) 804(4) 903(2) 900(1)c2 900(1)c3 900(1)c4 900(1)c6 902(1)a 1003(1)a1 1003(1)g2 1003(1)e2 1046 (2) A1 1046 (2) A2 1027 (1) 1047(1) & 1047(10) 1014(1)b2 1013(2)a2 & 1013(2)b1 1032(1)a 1032(1)c 1008(1)a 1008(1)c 1008(1)d 1007(1)b 1010(2)b Spli 1018(2) 1018(5) 1051(6) Spli Spl Ii 1001(6) 1001(10) & 1002(24) 1002(4) 1001(11) 1101(33) 1100(10) 1102(1) 1103(1) 1208(1) 1102(7) 1102(13) 1102(8) 1102(16) Spl Iii Permits And Clearances Project Billboard/ Sign Board Occupational Safety And Health Program Structure Excavation Embankment From Borrow Construction Of Field Office For The Engineer Gravel Fill Formworks And Falseworks Structural Concrete, (footings And Slab On Fill) Class A, 28 Days Structural Concrete, (footings Tie Beams) Class A, 28 Days Structural Concrete, (columns) Class A, 28 Days Structural Concrete, (beams And Girders) Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Ceiling (4.5mm Fiber Cement Board On Metal Frame) Ceiling (pvc On Metal Frame) Ceiling (pre-painted Metal Panel On Metal Frame) 100mm Chb Non-load Bearing (including Reinforcing Steel) 150mm Chb Non-load Bearing (including Reinforcing Steel) Cement Plaster Finish Structural Steel & Metal Structure Accessories Pre-painted Metal Sheets (above 0.472mm, Rib Type Long Span) Fabricated Metal Roofing Accessory Painting Works (masonry/concrete) Painting Works (steel) Aluminum Glass Window (sliding Type) Aluminum Glass Window (awning Type) Aluminum Glass Window (fixed Type) Aluminum Framed Glass Door (swing Type) Wood Panel Door Aluminum Door Unglazed Tiles Glazed Tiles Railings Customized Fabricated Pvc (cnc Cut) Stone Cladding Catch Basin Pipes With Fittings Connection And Cold Water Lines Plumbing Fixtures Septic Vault (concrete/chb) Wires & Wiring Devices Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) Panelboard With Main And Branch Breakers Lighting Fixtures And Lamps Fire Alarm System Automatic Transfer Switch, Breaker Type Current Transformer Pad Mounted Distribution Transformer (oisc) With Complete Accessories Generator Fabricated Stainless Steel Signage 1.00 L.s. 1.00 Ea 9.97 Mo. 282.27 M3 2,451.00 M3 1.00 L.s. 37.12 M3 2,033.28 M2 138.58 M3 69.71 M3 82.67 M3 78.53 M3 48,582.00 Kg 276.69 M2 247.29 M2 99.17 M2 535.16 M2 1,322.38 M2 3,706.28 Sqm. 1.00 L.s. 1,059.00 Sq.m. 196.00 Im. 4,026.58 M2 1,427.10 M2 12.00 Sqm. 26.79 Sqm. 128.52 Sqm. 18.90 Sqm. 18.49 Sqm. 10.54 Sqm. 728.88 M2 109.15 M2 1.00 I.s 1.00 I.s 160.81 Sq.m 1.00 L.s. 1.00 L.s. 1.00 I.s. 1.00 L.s. 1.00 I.s 1.00 L.s. 1.00 L.s 1.00 L.s. 1.00 L.s. 1.00 Set 1.00 L.s. 1.00 L.s. 1.00 L.s. 14,399.53 Sq.in. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. The Pgom Will Hold A Pre-procurement Conference On January 23, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 To February 14, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (php 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 31, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 14, 2025 At 8:30 A.m. 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 16. 9. Bid Opening Shall Be On February 14, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camilmil, Calapan City, Oriental Mindoro (january 31, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson

Province Of Sarangani Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 3.5 Million (USD 60.5 K)
Details: Description Construction Of Weaving Building At Brgy. Datal Tampal, Malungon Brgy. Datal Tampal, Malungon, Sarangani Province (contract No. Infra- 2025-33) January 28, 2025 1. The Provincial Government Of Sarangani, Through The Ab 2025 - 20% Df Intends To Apply The Sum Of Three Million Five Hundred Thousand Pesos Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Weaving Building At Brgy. Datal Tampal, Malungon, Sarangani Province With Contract No. Infra-2025-33 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Sarangani Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within One Hundred Thirty Six Calendar Days (136cd). Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Sarangani And Inspect The Bidding Documents At The Address Given Below From 9:00 A.m. Until 3:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 – February 18, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (₱5,000.00).the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Sarangani Will Hold A Pre-bid Conference On February 4, 2025 At 2/f Conference Room, Pgso Building, Capitol Complex, Alabel, Sarangani And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 18, 2025, At 9:00 A.m. 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 15. 9. Bid Opening Shall Be On February 18, 2025, 9:00 A.m. At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Sarangani Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Delmor D. Pascual Bac Secretariat 2/f Pgso Building, Capitol Complex Alabel, Sarangani Province Landline/facsimile: 083 508 3008 E-mail: Bacsecsarangani@gmail.com Atty. Jenric Y. Garcia [insert Name And Signature Of The Bac Chairperson Or Authorized Representative] Sarangani Province Contract Number: Infra-2025-33 Name Of The Procuring Entity Name Of The Contract: Location Of The Contract: Sarangani Province Standard Form Number : Sf-infr-55 Abc Php 3,500,000.00 Revised On: August 11, 2004 Contract Id: Infra-2025-33 Contract Name: Construction Of Weaving Building At Brgy. Datal Tampal, Malungon Location: Brgy. Datal Tampal, Malungon, Sarangani Province Bill Of Quantities Calendar Days: 136cd Description Qty Unit Unit Price Amount No. (pesos) (pesos) B.5 Project Billboard 1.00 Each In Words: In Figures: Php In Figures: Php B.3 Permits And Licenses 1.00 L.s In Words: In Figures: Php In Figures: Php B.7(2) Occupational Safety And Health Program 1.00 L.s In Words: In Figures: Php In Figures: Php B.9 Mobilization/ Demobilization 1.00 L.s In Words: In Figures: Php In Figures: Php 801(1) Removal Of Structures And Obstruction 1.00 L.s In Words: In Figures: Php In Figures: Php 803(1)a Structure Excavation 35.38 Cu.m In Words: In Figures: Php In Figures: Php 803(3) Foundation Fill 3.71 Cu.m In Words: In Figures: Php In Figures: Php 1705(2) Backfill 22.82 Cu.m In Words: In Figures: Php In Figures: Php 900(1)c1 Structural Concrete 31.89 Cu.m In Words: In Figures: Php In Figures: Php 902(1)a Reinforcing Steel (deformed), Grade 40 4,104.28 Kgs. In Words: In Figures: Php In Figures: Php 903(1) Formworks And Falseworks 1.00 L.s In Words: In Figures: Php In Figures: Php 1027(1) Cement Plaster Finish 514.96 Sq.m In Words: In Figures: Php In Figures: Php 1013(2)a1 Fabricated Metal Roofing Accessory (ridge Roll) 11.08 Ln.m In Words: In Figures: Php In Figures: Php 1013(2)a2 Fabricated Metal Roofing Accessory (flashing) 19.00 Ln.m In Words: In Figures: Php In Figures: Php 1013(2)b1 Fabricated Metal Roofing Accessory (gutter) 44.00 Ln.m In Words: In Figures: Php In Figures: Php 1014(1)b1 Prepainted Metal Sheets 113.00 Sq.m In Words: In Figures: Php In Figures: Php 1001(6) Catch Basin 1.00 L.s In Words: In Figures: Php In Figures: Php 1001(9) Storm Drainage And Downspout 1.00 L.s In Words: In Figures: Php In Figures: Php 1001(8) Sewer Line Works 1.00 L.s In Words: In Figures: Php In Figures: Php 1001(11) Septic Vault 1.00 L.s In Words: In Figures: Php In Figures: Php 1002(4) Plumbing Fixtures 1.00 L.s In Words: In Figures: Php In Figures: Php 1002(24) Cold Waterline Works 1.00 L.s In Words: In Figures: Php In Figures: Php 1032(1)a Painting Works (concrete/masonry) 152.91 Sq.m In Words: In Figures: Php In Figures: Php 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) 121.11 Sq.m In Words: In Figures: Php In Figures: Php 1100(10) Conduits, Boxes & Fittings (conduit Works/ Rough-in) 1.00 L.s In Words: In Figures: Php In Figures: Php 1101(33) Wires And Wiring Devices 1.00 L.s In Words: In Figures: Php In Figures: Php 1102(1) Panelboard With Main & Branch Breakers 1.00 L.s In Words: In Figures: Php In Figures: Php 1103(1) Lighting Fixtures And Lamps 1.00 L.s In Words: In Figures: Php In Figures: Php 1051(1) Railings 4.20 M. In Words: In Figures: Php In Figures: Php Spl-1 Windows And Frames 1.00 L.s In Words: In Figures: Php In Figures: Php 1010(2)b Doors 9.14 Sq.m In Words: In Figures: Php In Figures: Php Spl-2 8mm X 150mm Fiber Cement Wood Plank Wall Finish 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-3 Painting Works (steel) 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-4 Ceiling Works 105.42 Sq.m In Words: In Figures: Php In Figures: Php Spl-5 Structural Steel And Fascia Board 1.00 L.s In Words: In Figures: Php In Figures: Php Spl-6 Tiles, Trims, Nosing Strips 1.00 L.s In Words: In Figures: Php In Figures: Php Total Bid Amount In Words: Pesos In Figures: Php Submitted By: Date: _________________ Name And Signature Of Bidder's Representative Position: Name Of Bidder:

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Description: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Number 36c26225q0352 Is Issued As A Request For Quotation (rfq). (iii) The Provisions And Clauses In This Document Are In Effect Through The Federal Acquisition Circular. (iv) This Solicitation Is Set Aside For All Service-disabled Veteran-owned Small Businesses (sdvosb) Using Naics Code 339112 Having A Size Standard Of 1000 Employees. This Solicitation Is For A Brand Name Or Equal. **all Submissions Shall Include The Following Statement: 605 - 36c26225q0240 Centrifuge quotes Shall Provide The Following Information. quotes Received Without This Information Will Be Marked As Non-responsive. your Quote Should Include The Standard Delivery Cost For Shipment Of The All The Items And Any Installation As All Inclusive (if Required). quotes Shall Be Submitted On Company Letterhead As A Single Document. no Other Documents Or Information Shall Be Attached To The Quote. company name: address: phone Number: point Of Contact: name: email: phone Number: sam Unique Entity Id if Applicable, Provide Your Company Fss Contract Number company Business Size (large, Sdvosb, Small, Etc.) firm Delivery Date/time Frame. separate Documents (required) provide An Authorized Distributor/reseller Letter For The Items submit Your Capabilities Statement (v) Product Information: brand Name Information: manufacturer & Part Number: Sorvall Lynx 4000 type: High-throughput Superspeed Centrifuge possible Capabilities: Centrifuge equal To Product Information: main Component: High-throughput Superspeed Centrifuge possible Capabilities: Centrifuge brand Name Items Are Listed Solely For A Comparison For The Brand Name Or Equal Purchase Request. 75006580 1 Lynx 4000 200-240 V 50/60 Hz: Sorvall 2 Ea Lynx 4000: Superspeed Centrifuge, Capacity: 4 X 1000ml, Max. Rcf: 68,905 X G, Max. Speed: 24,000 Rpm, Refrigerated: Yes, Superspeed Centrifuge, Accel/decel Profiles: 9 Accel, 10 Decel startccen 2 Start-up Svc Compl. Centr: Unity Lab 2 Ea Services Start-up Service (standing Centrifuges), Duration: 1 Day, For Use With: Floor Model Centrifuges, Speedvacs, Warranty And Service Offering: Start-up Service. tcwcen3 3 Uls Total Care Wnty Pln Ss Lc: Unity 2 Ea Lab Services Total Care Warranty For Thermo Scientific Superspeed And Large Capacity Centrifuges, For Use With: Superspeed And Large Capacity Centrifuges. nc3246059 4 Service Travel: Vendor Catalog # 4 Ea Svs-travel-zone 4/new 096145075 5 Rotor Lynx F14-14x50cy: Thermo Scientific 1 Ea Fiberlite F14-14 X 50cy Fixed-angle Rotor, For Use With: Sorvall Lynx 6000 And 4000 Superspeed Centrifuges, Capacity: 14 X 50ml, Max. Speed: 14,000 Rpm, Max. Rcf: 33,746 X G, Carbon Fiber Composite, Fixed Angle Rotor, Angle: 34 Deg., Biocontainment: Yes 75100378 6 Adpt 50 To 15ml Conical 2/pk: Thermo 3 Ea Scientific Fiberlite Rotor Adapters, Description: Adapter For 15ml Conical Tubes. 75003000 7 Rotor Lynx Bioflex Hc 4x1l: Thermo 1 Ea Scientific Bioflex Hc Swinging-bucket Rotor, For Use With: Sorvall Lynx 6000 And 4000 Superspeed Centrifuges, Capacity: 4 X 1000ml, Max. Speed: 5,500 Rpm, Max. Rcf: 7,068 X G, Stainless Steel Rotor Body With Aluminum Buckets, Swinging Bucket Rotor, Angle: Horizontal, Biocontainment: Yes 75007306 8 Adapter Tx-1000 15mlconicalpk4: 1 Ea Adapters For Thermo Scientific Tx-1000 Swinging Bucket Rotor, Capacity: 96 X 15ml, For Use With: 15ml Conical Tube, Max. Tube Diameter: 17.5mm, Max. Tube Length: 121mm. 75003672 9 37 X 10 Ml Adapter 4 Pk: Thermo 1 Pg Scientific 10ml Blood Collection Tubes For Bioliner Rotor Bucket Adapters, Description: 10ml Blood Collection Tubes, No. Per Pack: 4. 75003662 10 F14s-6x250 Le Fiberlite Rotor: 2 Ea Thermo Scientific Fiberlite F14-6 X 250le Fixed Angle Rotor, For Sorvall Legend T Plus, Multifuge 3 Plus, For Use With: Thermo Scientific Sorvall Legend T Plus And Multifuge 3 Plus Centrifuges, Capacity: 6 X 250ml, Max. Speed: 10,000 Rpm, Max. Rcf: 15,316 X G, angle: 23 Deg. 75101073 11 Adpt 250 To 15ml Con 2/pk: Thermo 3 Ea Scientific Fiberlite F14-6 X 250le Rotor Adapters, Description: 15 Ml Conical Tube (set Of 2). 75100136 12 Adpt 250 To 50ml Con 2/pk: Thermo 6 Ea Scientific Fiberlite F14-6 X 250le Rotor Adapters, Description: 50ml Conical Tube (set Of 2). freight 13 Freight 1 Ea Total Cost_______________ (vi) The Us Government, Veterans Affairs (va) Seeks To Make A Procurement For 2 Ea Centrifuge Including Delivery. offeror Quotations Must Demonstrate Meeting The Salient Physical, Functional, Or Performance Characteristics Specified In This Solicitation, Otherwise It Will Be Considered Non-responsive. The Technical Specifications For This Requirement Are Listed For Brand Name Or Equal Per far 52.211-6. the Information Identified Provided Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality That Will Be Satisfactory. The Interested Parties Bear Full Responsibility To Ensure Their Submission Demonstrates To The Government That They Can Provide The Brand Name Or Equal To Supplies Being Requested. statement Of Work 1. Background. The Va Loma Linda Healthcare System Has A Requirement To Acquire 2 Ea Centrifuge Including Delivery. 2. Scope. The Vendor Is To Deliver All Items As Required Per This Solicitation. 3. Place Of Delivery department Of Veterans Affairs va Loma Linda Healthcare System 11201 Benton Street warehouse Building 1c05 loma Linda, Ca 92357 4. Period Of Performance/delivery Timeframe deliver All Items On Or Before 90 Days Aro. salient Characteristics high-throughput Superspeed Centrifuge, Rotors, And Adaptors superspeed Centrifuge Must Be A High-throughput Floor Model power Requirements Are 200-240v 50/60hz must Have Maximum Capacity Of 4l must Produce Centrifugation Speed Of No Less Than 24,000 Rpm must Be Able Yield Rotational Force Of No Less Than 68,905 X G must Be Able To Perform At A Temperature Range Of 10 Degree C To 40 Degree C must Have A Timer Control That Can Allow 99 Hours Hold-time must Have Capability Of Quick And Secure Changes Of Rotors must Use A High Torque Brushless Drive System must Be Able To Perform No Less Than 9 Acceleration And 10 Deceleration Profiles must Be Quiet And Produce No More Than 60 Dba must Offer Installation And Training must Offer Long-term Warranty rotor 1 For 4 X 1l Capacity must Be A Swinging-bucket Rotor must Be Able To Be Used In The Above Superspeed Centrifuge must Be Able To Process 35 Or More Tube Styles From Microtubes To 1l Bottles, Conical Tubes, Microplates, Tissue Culture Flasks, And Blood Bags must Be Stainless Steel Rotor Body And Aluminum Bucket must Be Able To Handle No Less Than 7,068 X G And No Less Than 5,500 Rpm must Support A Range Of Capacities And Be Able To Accommodate Adapter For 15 Ml Conical Tube And Adapter For 10 Ml Centrifuge Tubes adapters For Rotor 1 must Be Adapter Suitable For Use In The Above Rotor. must Be Adapter For Use In Swinging-bucket Carrying 15 Ml Conical Tubes must Be Adapter For Use In Swinging-bucket Carrying 10 Ml Centrifuge Tubes rotor 2 For 6 X 250 Ml Capacity must Be A Fixed Angle Rotor 1 must Be Able To Be Used In The Above Superspeed Centrifuge must Be Lightweight, Fiberlite Carbon Fiber Rotors And Be Corrosion- And Fatigue-resistant must Support A Range Of Capacities And Be Able To Accommodate 250 Ml Centrifuge Bottles Or 10 Ml, 15 Ml, 50 Ml, And 50 Ml Conical Centrifuge Tubes With Corresponding Adapters must Provide No Less Than 15 Years Warranty adapters For Rotor 2 must Be Adapter Suitable For Use In The Above Rotor 2. must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 15 Ml Conical Tubes must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 50 Ml Conical Tubes superspeed Centrifuge must Be A High-throughput Floor Model must Have Maximum Capacity Of 4l must Produce Centrifugation Speed Of No Less Than 24,000 Rpm must Be Able Yield Rotational Force Of No Less Than 68,905 X G must Be Able To Perform At A Temperature Range Of 10 Degree C To 40 Degree C must Have A Timer Control That Can Allow 99 Hours Hold-time must Have Capability Of Quick And Secure Changes Of Rotors must Use A High Torque Brushless Drive System must Be Able To Perform No Less Than 9 Acceleration And 10 Deceleration Profiles must Be Quiet And Produce No More Than 60 Dba must Offer Installation And Training must Offer Long-term Warranty rotor For 6 X 250 Ml Capacity must Be A Fixed Angle Rotor must Be Able To Be Used In The Above Superspeed Centrifuge must Be Lightweight, Fiberlite Carbon Fiber Rotors And Be Corrosion- And Fatigue-resistant must Support A Range Of Capacities And Be Able To Accommodate 250 Ml Centrifuge Bottles Or 10 Ml, 15 Ml, 50 Ml, And 50 Ml Conical Centrifuge Tubes With Corresponding Adapters must Provide No Less Than 15 Years Warranty adapter For The Above Rotor must Be Adapter Suitable For Use In The Above Rotor must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 15 Ml Conical Tubes must Be Adapter For Use In Fix-angle Rotor With 250 Ml Capacity Carrying 50 Ml Conical Tubes (viii) The Provision At 52.212-1, Instructions To Offerors Commercial Items, Applies To This Solicitation. far 52.212-1 Addendum: all Offeror Quotes For This Solicitation Must Be Received Electronically Through Email No Later Than 01/26/2025, 4:00 Pm Pst. Any Offeror Quotes Received After The Prescribed Date/time Shall Be Considered Late, Marked As Non-responsive And Will Not Be Considered For Award. All Questions Regarding This Solicitation Must Be Received Electronically Through Email No Later Than 11/22/2025, 4:00 Pm Pst. Offers And Questions Shall Be Sent By Email To John Harrison At John.harrison2@va.gov (ix) The Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Applies To This Solicitation. far 52.212-2 Addendum / Replacement: (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsive And Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: technical Acceptability Shall Be Established By Review Of Each Submitted Quote, attachments, And/or Information By The Designated Technical Evaluator/s And Verification That Any Brand Name Or Equal To Items" At A Minimum Meet The Salient Characteristics Outlined In Section Salient Characteristics Of This Solicitation. No Other Rating Or Quantitative Value Other Than Acceptable Or Unacceptable Will Be Assigned. award Will Be Made To The Offer That Meets All Minimum Requirements And Provides The Lowest Price. acceptability Of Equipment/services Shall Be Established By Review Of Each Submitted Quotation By The Designated Evaluator(s) And Verification That Any Equal-to Items Meet The Statement Of Work/salient Characteristics Included In This Solicitation. Submissions To This Solicitation Must Show Clear, Compelling, And Convincing Evidence That Equal-to Items Meet Statement Of Work/ Salient Characteristics. Offers That Include Any Items That Are Not Determined As Brand Name Or Equal Shall Result In An Unacceptable Offer. See 52.211-6 Brand Name Or Equal For Additional Information. far 52.211-6 Brand Name Or Equalâ (aug 1999) (a)â if An Item In Thisâ solicitationâ is Identified As "brand Name Or Equal," The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That "equal"â productsâ mustâ meet Are Specified In Theâ solicitation. (b)â to Be Considered For Award,â offersâ of "equal"â products, Including "equal"â productsâ of The Brand Name Manufacturer,â must- (1)â meet The Salient Physical, Functional, Or Performance Characteristic Specified In Thisâ solicitation; (2)â clearly Identify The Item By- (i)â brand Name, If Any; And (ii)â make Or Model Number; (3)â includeâ descriptive Literatureâ such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To Theâ contracting Officer; And (4)â clearly Describe Any Modifications Theâ offerorâ plans To Make In A Product To Make It Conform To Theâ solicitationâ requirements. Mark Any Descriptive Material To Clearly Show The Modifications. (c)â theâ contracting Officerâ will Evaluate "equal"â productsâ on The Basis Of Information Furnished By Theâ offerorâ or Identified In Theâ offerâ and Reasonably Available To Theâ contracting Officer. Theâ contracting Officerâ is Not Responsible For Locating Or Obtaining Any Information Not Identified In Theâ offer. (d)â unless Theâ offerorâ clearly Indicates In Itsâ offerâ that The Product Being Offered Is An "equal" Product, Theâ offerorâ shallâ provide The Brand Name Product Referenced In Theâ solicitation. (end Of Provision) (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified With A Minimum Of At Least Sixty Days, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer S Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) (x) Must Include A Completed Copy Of The Provision At 52.212-3 -- Offeror Representations And Certifications -- Commercial Items, With This Solicitation Or Ensure Sam.gov Is Updated With Current Information. (xi) The Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition. authorized Distributor Letter (adl) any Suppliers, Distributors And/or Resellers Who Participate In This Solicitation, Must Be Authorized To Provide The Supplies By The Original Equipment Manufacturer (oem). An Authorized Distributor Letter (adl) From The Manufacturer Shall Be Included With Your Response To Be Considered For Award. if The Potential Authorized Supplier Is Not The Oem, The Authorized Supplier Must Provide An Authorized Distributor Letter From The Oem Signed Within The Last 90 Days. The Letter Must Either State Specific Product(s) Quoted Or That The Quoter Is An Authorized Distributor For All Of The Manufacturer S Products. This Letter Must Be On The Manufacturer S Letterhead And Contain The Signature Of An Authorized Official For The Manufacturer. 52.212-4 Contract Terms And Conditions Commercial Items (oct 2018) (a) Inspection/acceptance. The Contractor Shall Only Tender For Acceptance Those Items That Conform To The Requirements Of This Contract. The Government Reserves The Right To Inspect Or Test Any Supplies Or Services That Have Been Tendered For Acceptance. The Government May Require Repair Or Replacement Of Nonconforming Supplies Or Reperformance Of Nonconforming Services At No Increase In Contract Price. If Repair/replacement Or Reperformance Will Not Correct The Defects Or Is Not Possible, The Government May Seek An Equitable Price Reduction Or Adequate Consideration For Acceptance Of Nonconforming Supplies Or Services. The Government Must Exercise Its Post-acceptance Rights (1) Within A Reasonable Time After The Defect Was Discovered Or Should Have Been Discovered; And (2) Before Any Substantial Change Occurs In The Condition Of The Item Unless The Change Is Due To The Defect In The Item. (b) Assignment. The Contractor Or Its Assignee May Assign Its Rights To Receive Payment Due As A Result Of Performance Of This Contract To A Bank, Trust Company, Or Other Financing Institution, Including Any Federal Lending Agency In Accordance With The Assignment Of Claims Act (31 U.s.c. 3727). However, When A Third Party Makes Payment (e.g., Use Of The Governmentwide Commercial Purchase Card), The Contractor May Not Assign Its Rights To Receive Payment Under This Contract. (c) Changes. Changes In The Terms And Conditions Of This Contract May Be Made Only By Written Agreement Of The Parties. (d) Disputes. This Contract Is Subject To 41 U.s.c. Chapter 71, Contract Disputes. Failure Of The Parties To This Contract To Reach Agreement On Any Request For Equitable Adjustment, Claim, Appeal Or Action Arising Under Or Relating To This Contract Shall Be A Dispute To Be Resolved In Accordance With The Clause At Far 52.233-1, Disputes, Which Is Incorporated Herein By Reference. The Contractor Shall Proceed Diligently With Performance Of This Contract, Pending Final Resolution Of Any Dispute Arising Under The Contract. (e) Definitions. The Clause At Far 52.202-1, Definitions, Is Incorporated Herein By Reference. (f) Excusable Delays. The Contractor Shall Be Liable For Default Unless Nonperformance Is Caused By An Occurrence Beyond The Reasonable Control Of The Contractor And Without Its Fault Or Negligence Such As, Acts Of God Or The Public Enemy, Acts Of The Government In Either Its Sovereign Or Contractual Capacity, Fires, Floods, Epidemics, Quarantine Restrictions, Strikes, Unusually Severe Weather, And Delays Of Common Carriers. The Contractor Shall Notify The Contracting Officer In Writing As Soon As It Is Reasonably Possible After The Commencement Of Any Excusable Delay, Setting Forth The Full Particulars In Connection Therewith, Shall Remedy Such Occurrence With All Reasonable Dispatch, And Shall Promptly Give Written Notice To The Contracting Officer Of The Cessation Of Such Occurrence. (g) Invoice. (1) The Contractor Shall Submit An Original Invoice And Three Copies (or Electronic Invoice, If Authorized) To The Address Designated In The Contract To Receive Invoices. An Invoice Must Include (i) Name And Address Of The Contractor; (ii) Invoice Date And Number; (iii) Contract Number, Line-item Number And, If Applicable, The Order Number; (iv) Description, Quantity, Unit Of Measure, Unit Price And Extended Price Of The Items Delivered; (v) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading; (vi) Terms Of Any Discount For Prompt Payment Offered; (vii) Name And Address Of Official To Whom Payment Is To Be Sent; (viii) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice; And (ix) Taxpayer Identification Number (tin). The Contractor Shall Include Its Tin On The Invoice Only If Required Elsewhere In This Contract. (x) Electronic Funds Transfer (eft) Banking Information. (a) The Contractor Shall Include Eft Banking Information On The Invoice Only If Required Elsewhere In This Contract. (b) If Eft Banking Information Is Not Required To Be On The Invoice, In Order For The Invoice To Be A Proper Invoice, The Contractor Shall Have Submitted Correct Eft Banking Information In Accordance With The Applicable Solicitation Provision, Contract Clause (e.g., 52.232-33, Payment By Electronic Funds Transfer System For Award Management, Or 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management), Or Applicable Agency Procedures. (c) Eft Banking Information Is Not Required If The Government Waived The Requirement To Pay By Eft. (2) Invoices Will Be Handled In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Office Of Management And Budget (omb) Prompt Payment Regulations At 5 Cfr Part 1315. (h) Patent Indemnity. The Contractor Shall Indemnify The Government And Its Officers, Employees And Agents Against Liability, Including Costs, For Actual Or Alleged Direct Or Contributory Infringement Of, Or Inducement To Infringe, Any United States Or Foreign Patent, Trademark Or Copyright, Arising Out Of The Performance Of This Contract, Provided The Contractor Is Reasonably Notified Of Such Claims And Proceedings. (i) Payment. (1) Items Accepted. Payment Shall Be Made For Items Accepted By The Government That Have Been Delivered To The Delivery Destinations Set Forth In This Contract. (2) Prompt Payment. The Government Will Make Payment In Accordance With The Prompt Payment Act (31 U.s.c. 3903) And Prompt Payment Regulations At 5 Cfr Part 1315. (3) Electronic Funds Transfer (eft). If The Government Makes Payment By Eft, See 52.212-5(b) For The Appropriate Eft Clause. (4) Discount. In Connection With Any Discount Offered For Early Payment, Time Shall Be Computed From The Date Of The Invoice. For The Purpose Of Computing The Discount Earned, Payment Shall Be Considered To Have Been Made On The Date Which Appears On The Payment Check Or The Specified Payment Date If An Electronic Funds Transfer Payment Is Made. (5) Overpayments. If The Contractor Becomes Aware Of A Duplicate Contract Financing Or Invoice Payment Or That The Government Has Otherwise Overpaid On A Contract Financing Or Invoice Payment, The Contractor Shall (i) Remit The Overpayment Amount To The Payment Office Cited In The Contract Along With A Description Of The Overpayment Including The (a) Circumstances Of The Overpayment (e.g., Duplicate Payment, Erroneous Payment, Liquidation Errors, Date(s) Of Overpayment); (b) Affected Contract Number And Delivery Order Number, If Applicable; (c) Affected Line Item Or Subline Item, If Applicable; And (d) Contractor Point Of Contact. (ii) Provide A Copy Of The Remittance And Supporting Documentation To The Contracting Officer. (6) Interest. (i) All Amounts That Become Payable By The Contractor To The Government Under This Contract Shall Bear Simple Interest From The Date Due Until Paid Unless Paid Within 30 Days Of Becoming Due. The Interest Rate Shall Be The Interest Rate Established By The Secretary Of The Treasury As Provided In 41 U.s.c. 7109, Which Is Applicable To The Period In Which The Amount Becomes Due, As Provided In (i)(6)(v) Of This Clause, And Then At The Rate Applicable For Each Six-month Period As Fixed By The Secretary Until The Amount Is Paid. (ii) The Government May Issue A Demand For Payment To The Contractor Upon Finding A Debt Is Due Under The Contract. (iii) Final Decisions. The Contracting Officer Will Issue A Final Decision As Required By 33.211 If (a) The Contracting Officer And The Contractor Are Unable To Reach Agreement On The Existence Or Amount Of A Debt Within 30 Days; (b) The Contractor Fails To Liquidate A Debt Previously Demanded By The Contracting Officer Within The Timeline Specified In The Demand For Payment Unless The Amounts Were Not Repaid Because The Contractor Has Requested An Installment Payment Agreement; Or (c) The Contractor Requests A Deferment Of Collection On A Debt Previously Demanded By The Contracting Officer (see 32.607-2). (iv) If A Demand For Payment Was Previously Issued For The Debt, The Demand For Payment Included In The Final Decision Shall Identify The Same Due Date As The Original Demand For Payment. (v) Amounts Shall Be Due At The Earliest Of The Following Dates: (a) The Date Fixed Under This Contract. (b) The Date Of The First Written Demand For Payment, Including Any Demand For Payment Resulting From A Default Termination. (vi) The Interest Charge Shall Be Computed For The Actual Number Of Calendar Days Involved Beginning On The Due Date And Ending On (a) The Date On Which The Designated Office Receives Payment From The Contractor; (b) The Date Of Issuance Of A Government Check To The Contractor From Which An Amount Otherwise Payable Has Been Withheld As A Credit Against The Contract Debt; Or (c) The Date On Which An Amount Withheld And Applied To The Contract Debt Would Otherwise Have Become Payable To The Contractor. (vii) The Interest Charge Made Under This Clause May Be Reduced Under The Procedures Prescribed In 32.608-2 Of The Federal Acquisition Regulation In Effect On The Date Of This Contract. (j) Risk Of Loss. Unless The Contract Specifically Provides Otherwise, Risk Of Loss Or Damage To The Supplies Provided Under This Contract Shall Remain With The Contractor Until, And Shall Pass To The Government Upon: (1) Delivery Of The Supplies To A Carrier, If Transportation Is F.o.b. Origin; Or (2) Delivery Of The Supplies To The Government At The Destination Specified In The Contract, If Transportation Is F.o.b. Destination. (k) Taxes. The Contract Price Includes All Applicable Federal, State, And Local Taxes And Duties. (l) Termination For The Government's Convenience. The Government Reserves The Right To Terminate This Contract, Or Any Part Hereof, For Its Sole Convenience. In The Event Of Such Termination, The Contractor Shall Immediately Stop All Work Hereunder And Shall Immediately Cause Any And All Of Its Suppliers And Subcontractors To Cease Work. Subject To The Terms Of This Contract, The Contractor Shall Be Paid A Percentage Of The Contract Price Reflecting The Percentage Of The Work Performed Prior To The Notice Of Termination, Plus Reasonable Charges The Contractor Can Demonstrate To The Satisfaction Of The Government Using Its Standard Record Keeping System, Have Resulted From The Termination. The Contractor Shall Not Be Required To Comply With The Cost Accounting Standards Or Contract Cost Principles For This Purpose. This Paragraph Does Not Give The Government Any Right To Audit The Contractor's Records. The Contractor Shall Not Be Paid For Any Work Performed Or Costs Incurred Which Reasonably Could Have Been Avoided. (m) Termination For Cause. The Government May Terminate This Contract, Or Any Part Hereof, For Cause In The Event Of Any Default By The Contractor, Or If The Contractor Fails To Comply With Any Contract Terms And Conditions, Or Fails To Provide The Government, Upon Request, With Adequate Assurances Of Future Performance. In The Event Of Termination For Cause, The Government Shall Not Be Liable To The Contractor For Any Amount For Supplies Or Services Not Accepted, And The Contractor Shall Be Liable To The Government For Any And All Rights And Remedies Provided By Law. If It Is Determined That The Government Improperly Terminated This Contract For Default, Such Termination Shall Be Deemed A Termination For Convenience. (n) Title. Unless Specified Elsewhere In This Contract, Title To Items Furnished Under This Contract Shall Pass To The Government Upon Acceptance, Regardless Of When Or Where The Government Takes Physical Possession. (o) Warranty. The Contractor Warrants And Implies That The Items Delivered Hereunder Are Merchantable And Fit For Use For The Particular Purpose Described In This Contract. (p) Limitation Of Liability. Except As Otherwise Provided By An Express Warranty, The Contractor Will Not Be Liable To The Government For Consequential Damages Resulting From Any Defect Or Deficiencies In Accepted Items. (q) Other Compliances. The Contractor Shall Comply With All Applicable Federal, State And Local Laws, Executive Orders, Rules And Regulations Applicable To Its Performance Under This Contract. (r) Compliance With Laws Unique To Government Contracts. The Contractor Agrees To Comply With 31 U.s.c. 1352 Relating To Limitations On The Use Of Appropriated Funds To Influence Certain Federal Contracts; 18 U.s.c. 431 Relating To Officials Not To Benefit; 40 U.s.c. Chapter 37, Contract Work Hours And Safety Standards; 41 U.s.c. Chapter 87, Kickbacks; 41 U.s.c. 4712 And 10 U.s.c. 2409 Relating To Whistleblower Protections; 49 U.s.c. 40118, Fly American; And 41 U.s.c. Chapter 21 Relating To Procurement Integrity. (s) Order Of Precedence. Any Inconsistencies In This Solicitation Or Contract Shall Be Resolved By Giving Precedence In The Following Order: (1) The Schedule Of Supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Compliances, Compliance With Laws Unique To Government Contracts, And Unauthorized Obligations Paragraphs Of This Clause; (3) The Clause At 52.212-5. (4) Addenda To This Solicitation Or Contract, Including Any License Agreements For Computer Software. (5) Solicitation Provisions If This Is A Solicitation. (6) Other Paragraphs Of This Clause. (7) The Standard Form 1449. (8) Other Documents, Exhibits, And Attachments (9) The Specification. (t) [reserved] (u) Unauthorized Obligations. (1) Except As Stated In Paragraph (u)(2) Of This Clause, When Any Supply Or Service Acquired Under This Contract Is Subject To Any End User License Agreement (eula), Terms Of Service (tos), Or Similar Legal Instrument Or Agreement, That Includes Any Clause Requiring The Government To Indemnify The Contractor Or Any Person Or Entity For Damages, Costs, Fees, Or Any Other Loss Or Liability That Would Create An Anti-deficiency Act Violation (31 U.s.c. 1341), The Following Shall Govern: (i) Any Such Clause Is Unenforceable Against The Government. (ii) Neither The Government Nor Any Government Authorized End User Shall Be Deemed To Have Agreed To Such Clause By Virtue Of It Appearing In The Eula, Tos, Or Similar Legal Instrument Or Agreement. If The Eula, Tos, Or Similar Legal Instrument Or Agreement Is Invoked Through An I Agree Click Box Or Other Comparable Mechanism (e.g., Click-wrap Or Browse-wrap Agreements), Execution Does Not Bind The Government Or Any Government Authorized End User To Such Clause. (iii) Any Such Clause Is Deemed To Be Stricken From The Eula, Tos, Or Similar Legal Instrument Or Agreement. (2) Paragraph (u)(1) Of This Clause Does Not Apply To Indemnification By The Government That Is Expressly Authorized By Statute And Specifically Authorized Under Applicable Agency Regulations And Procedures. (v) Incorporation By Reference. The Contractor S Representations And Certifications, Including Those Completed Electronically Via The System For Award Management (sam), Are Incorporated By Reference Into The Contract. (end Of Clause) (xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, Applies To This Acquisition. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (jun 2020) (a) The Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91). (3) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232). (4) 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015). (5) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553). (6) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77 And 108-78 (19 U.s.c. 3805 Note)). (b) The Contractor Shall Comply With The Far Clauses In This Paragraph (b) That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [] (1) 52.203 6, Restrictions On Subcontractor Sales To The Government (jun 2020), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402). [] (2) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509). [] (3) 52.203 15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009 (jun 2010) (section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) [] (4) 52.204 10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub. L. 109 282) (31 U.s.c. 6101 Note). [] (5) [reserved] [] (6) 52.204 14, Service Contract Reporting Requirements (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (7) 52.204 15, Service Contract Reporting Requirements For Indefinite-delivery Contracts (oct 2016) (pub. L. 111 117, Section 743 Of Div. C). [] (8) 52.209 6, Protecting The Government S Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (jun 2020) (31 U.s.c. 6101 Note). [] (9) 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters (oct 2018) (41 U.s.c. 2313). [] (10) [reserved] [] (11)(i) 52.219-3, Notice Of Hubzone Set-aside Or Sole-source Award (mar 2020) (15 U.s.c. 657a). [] (ii) Alternate I (mar 2020) Of 52.219-3. [x] (12)(i) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a). [] (ii) Alternate I (mar 2020) Of 52.219-4. [] (13) [reserved] [] (14)(i) 52.219-6, Notice Of Total Small Business Set-aside (mar 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020). [] (15)(i) 52.219-7, Notice Of Partial Small Business Set-aside (mar 2020) (15 U.s.c. 644). [] (ii) Alternate I (mar 2020) Of 52.219-7. [] (16) 52.219-8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)). [] (17)(i) 52.219 9, Small Business Subcontracting Plan (jun 2020) (15 U.s.c. 637(d)(4)). [] (ii) Alternate I (nov 2016) Of 52.219-9. [] (iii) Alternate Ii (nov 2016) Of 52.219-9. [] (iv) Alternate Iii (jun 2020) Of 52.219 9. [] (v) Alternate Iv (jun 2020) Of 52.219 9. [] (18) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) (15 U.s.c. 644(r)). [] (19) 52.219-14, Limitations On Subcontracting (mar 2020) (15 U.s.c. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (jan 1999) (15 U.s.c. 637(d)(4)(f)(i)). [] (21) 52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (mar 2020) (15 U.s.c. 657f). [] (22)(i) 52.219-28, Post Award Small Business Program Rerepresentation (mar 2020) (15 U.s.c 632(a)(2)). [] (ii) Alternate I (mar 2020) Of 52.219-28. [] (23) 52.219-29, Notice Of Set-aside For, Or Sole Source Award To, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns (mar 2020) (15 U.s.c. 637(m)). [] (24) 52.219-30, Notice Of Set-aside For, Or Sole Source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (mar 2020) (15 U.s.c. 637(m)). [] (25) 52.219-32, Orders Issued Directly Under Small Business Reserves (mar 2020) (15 U.s.c. 644(r)). [] (26) 52.219-33, Nonmanufacturer Rule (mar 2020) (15 U.s.c. 637(a)(17)) [] (27) 52.222-3, Convict Labor (june 2003) (e.o. 11755). [] (28) 52.222 19, Child Labor Cooperation With Authorities And Remedies (jan 2020) (e.o. 13126). [] (29) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). [] (30)(i) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). [] (ii) Alternate I (feb 1999) Of 52.222-26. [] (31)(i) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). [] (ii) Alternate I (july 2014) Of 52.222-35. [] (32)(i) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). [] (ii) Alternate I (july 2014) Of 52.222-36. [] (33) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). [] (34) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). [x] (35)(i) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627). [] (ii) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). [] (36) 52.222-54, Employment Eligibility Verification (oct 2015). (e. O. 12989). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items Or Certain Other Types Of Commercial Items As Prescribed In 22.1803.) [] (37)(i) 52.223-9, Estimate Of Percentage Of Recovered Material Content For Epa-designated Items (may 2008) (42 U.s.c.6962(c)(3)(a)(ii)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (ii) Alternate I (may 2008) Of 52.223-9 (42 U.s.c. 6962(i)(2)(c)). (not Applicable To The Acquisition Of Commercially Available Off-the-shelf Items.) [] (38) 52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons (jun 2016) (e.o. 13693). [] (39) 52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners (jun 2016) (e.o. 13693). [] (40)(i) 52.223-13, Acquisition Of Epeatâ®-registered Imaging Equipment (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (oct 2015) Of 52.223-13. [] (41)(i) 52.223-14, Acquisition Of Epeatâ®-registered Televisions (jun 2014) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-14. [] (42) 52.223-15, Energy Efficiency In Energy-consuming Products (dec 2007)(42 U.s.c. 8259b). [] (43)(i) 52.223-16, Acquisition Of Epeatâ®-registered Personal Computer Products (oct 2015) (e.o.s 13423 And 13514). [] (ii) Alternate I (jun 2014) Of 52.223-16. [x] (44) 52.223 18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020) (e.o. 13513). [] (45) 52.223-20, Aerosols (jun 2016) (e.o. 13693). [] (46) 52.223-21, Foams (jun 2016) (e.o. 13693). [] (47) (i) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). [] (ii) Alternate I (jan 2017) Of 52.224-3. [] (48) 52.225-1, Buy American Supplies (may 2014) (41 U.s.c. Chapter 83). [] (49)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (may 2014) (41 U.s.c. Chapter 83, 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c. 4001 Note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. [] (ii) Alternate I (may 2014) Of 52.225-3. [] (iii) Alternate Ii (may 2014) Of 52.225-3. [] (iv) Alternate Iii (may 2014) Of 52.225-3. [] (50) 52.225 5, Trade Agreements (oct 2019) (19 U.s.c. 2501, Et Seq., 19 U.s.c. 3301 Note). [x] (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.'s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). [] (52) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note). [] (53) 52.226-4, Notice Of Disaster Or Emergency Area Set-aside (nov 2007) (42 U.s.c. 5150). [] (54) 52.226-5, Restrictions On Subcontracting Outside Disaster Or Emergency Area (nov 2007) (42 U.s.c. 5150). [x] (55) 52.229 12, Tax On Certain Foreign Procurements (jun 2020). [] (56) 52.232-29, Terms For Financing Of Purchases Of Commercial Items (feb 2002) (41 U.s.c. 4505, 10 U.s.c. 2307(f)). [] (57) 52.232-30, Installment Payments For Commercial Items (jan 2017) (41 U.s.c. 4505, 10 U.s.c. 2307(f)). [x] (58) 52.232-33, Payment By Electronic Funds Transfer System For Award Management (oct 2018) (31 U.s.c. 3332). [] (59) 52.232-34, Payment By Electronic Funds Transfer Other Than System For Award Management (jul 2013) (31 U.s.c. 3332). [] (60) 52.232-36, Payment By Third Party (may 2014) (31 U.s.c. 3332). [] (61) 52.239-1, Privacy Or Security Safeguards (aug 1996) (5 U.s.c. 552a). [] (62) 52.242-5, Payments To Small Business Subcontractors (jan 2017)(15 U.s.c. 637(d)(13)). [] (63)(i) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631). [] (ii) Alternate I (apr 2003) Of 52.247-64. [] (iii) Alternate Ii (feb 2006) Of 52.247-64. (c) The Contractor Shall Comply With The Far Clauses In This Paragraph (c), Applicable To Commercial Services, That The Contracting Officer Has Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable To Acquisitions Of Commercial Items: [] (1) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). [] (2) 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (3) 52.222-43, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (multiple Year And Option Contracts) (aug 2018) (29 U.s.c. 206 And 41 U.s.c. Chapter 67). [] (4) 52.222-44, Fair Labor Standards Act And Service Contract Labor Standards Price Adjustment (may 2014) (29 U.s.c 206 And 41 U.s.c. Chapter 67). [] (5) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). [] (6) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). [] (7) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). [] (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). [] (9) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). (d) Comptroller General Examination Of Record. The Contractor Shall Comply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of The Simplified Acquisition Threshold, As Defined In Far 2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At 52.215-2, Audit And Records Negotiation. (1) The Comptroller General Of The United States, Or An Authorized Representative Of The Comptroller General, Shall Have Access To And Right To Examine Any Of The Contractor's Directly Pertinent Records Involving Transactions Related To This Contract. (2) The Contractor Shall Make Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart 4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminated Shall Be Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Of Claims Arising Under Or Relating To This Contract Shall Be Made Available Until Such Appeals, Litigation, Or Claims Are Finally Resolved. (3) As Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1) In A Subcontract For Commercial Items. Unless Otherwise Indicated Below, The Extent Of The Flow Down Shall Be As Required By The Clause (i) 52.203 13, Contractor Code Of Business Ethics And Conduct (jun 2020) (41 U.s.c. 3509). (ii) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iii) 52.204 23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (jul 2018) (section 1634 Of Pub. L. 115 91). (iv) 52.204 25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (aug 2019) (section 889(a)(1)(a) Of Pub. L. 115 232). (v) 52.219 8, Utilization Of Small Business Concerns (oct 2018) (15 U.s.c. 637(d)(2) And (3)), In All Subcontracts That Offer Further Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far 19.702(a) On The Date Of Subcontract Award, The Subcontractor Must Include 52.219 8 In Lower Tier Subcontracts That Offer Subcontracting Opportunities. (vi) 52.222-21, Prohibition Of Segregated Facilities (apr 2015). (vii) 52.222 26, Equal Opportunity (sep 2016) (e.o. 11246). (viii) 52.222 35, Equal Opportunity For Veterans (jun 2020) (38 U.s.c. 4212). (ix) 52.222 36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). (x) 52.222 37, Employment Reports On Veterans (jun 2020) (38 U.s.c. 4212). (xi) 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act (dec 2010) (e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (aug 2018) (41 U.s.c. Chapter 67). (xiii)(a) 52.222-50, Combating Trafficking In Persons (jan 2019) (22 U.s.c. Chapter 78 And E.o. 13627). (b) Alternate I (mar 2015) Of 52.222-50 (22 U.s.c. Chapter 78 And E.o. 13627). (xiv) 52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Requirements (may 2014) (41 U.s.c. Chapter 67). (xv) 52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services Requirements (may 2014) (41 U.s.c. Chapter 67). (xvi) 52.222-54, Employment Eligibility Verification (oct 2015) (e. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (dec 2015). (xviii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (jan 2017) (e.o. 13706). (xix)(a) 52.224-3, Privacy Training (jan 2017) (5 U.s.c. 552a). (b) Alternate I (jan 2017) Of 52.224-3. (xx) 52.225 26, Contractors Performing Private Security Functions Outside The United States (oct 2016) (section 862, As Amended, Of The National Defense Authorization Act For Fiscal Year 2008; 10 U.s.c. 2302 Note). (xxi) 52.226 6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42 U.s.c. 1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (xxii) 52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels (feb 2006) (46 U.s.c. Appx. 1241(b) And 10 U.s.c. 2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (2) While Not Required, The Contractor May Include In Its Subcontracts For Commercial Items A Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) (xxiii) In Addition, The Following Clauses Shall Also Apply: 52.211-6 Brand Name Or Equal (aug 1999) (a) If An Item In This Solicitation Is Identified As Brand Name Or Equal, The Purchase Description Reflects The Characteristics And Level Of Quality That Will Satisfy The Government S Needs. The Salient Physical, Functional, Or Performance Characteristics That Equal Products Must Meet Are Specified In The Solicitation. (b) To Be Considered For Award, Offers Of Equal Products, Including Equal Products Of The Brand Name Manufacturer, Must (1) Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation; (2) Clearly Identify The Item By (i) Brand Name, If Any; And (ii) Make Or Model Number; (3) Include Descriptive Literature Such As Illustrations, Drawings, Or A Clear Reference To Previously Furnished Descriptive Data Or Information Available To The Contracting Officer; And (4) Clearly Describe Any Modification The Offeror Plans To Make In A Product To Make It Conform To The Solicitation Requirements. Mark Any Descriptive Material To Clearly Show The Modification. (c) The Contracting Officer Will Evaluate Equal Products On The Basis Of Information Furnished By The Offeror Or Identified In The Offer And Reasonably Available To The Contracting Officer. The Contracting Officer Is Not Responsible For Locating Or Obtaining Any Information Not Identified In The Offer. (d) Unless The Offeror Clearly Indicates In Its Offer That The Product Being Offered Is An Equal Product, The Offeror Shall Provide The Brand Name Product Referenced In The Solicitation. (end Of Clause) 52.217-6 - Option For Increased Quantity (mar 1989) the Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One-hundred Eighty (180) Calendar Days Of Contract Conclusion. Delivery Of The Added Items, Not To Exceed 50% Of All Contract Line Items, Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. (end Of Clause) 852.212-72 - Gray Market And Counterfeit Items (mar 2020) (a) No Used, Refurbished, Or Remanufactured Supplies Or Equipment/parts Shall Be Provided. This Procurement Is For New Original Equipment Manufacturer (oem) Items Only. No Gray Market Items Shall Be Provided. Gray Market Items Are Oem Goods Intentionally Or Unintentionally Sold Outside An Authorized Sales Territory Or Sold By Non-authorized Dealers In An Authorized Sales Territory. (b) No Counterfeit Supplies Or Equipment/parts Shall Be Provided. Counterfeit Items Include Unlawful Or Unauthorized Reproductions, Substitutions, Or Alterations That Have Been Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Item From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitutions Include Used Items Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics. (c) Vendor Shall Be An Oem, Authorized Dealer, Authorized Distributor Or Authorized Reseller For The Proposed Equipment/system, Verified By An Authorization Letter Or Other Documents From The Oem. All Software Licensing, Warranty And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions. (end Of Clause) 52.252-2 - Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/comp/far/index.html (far) http://www.va.gov/oal/library/vaar/index.asp (vaar) (end Of Clause) in Addition, The Following Clauses And Provisions Shall Also Apply: 52.232-18 availability Of Funds (apr 1984) 52.233-1 disputes (may 2014) 52.233-3 protest After Award (aug 1996) 852.203-70 commercial Advertising (jan 2008) 852.232-72 electronic Submission Of Payment Requests (nov 2012) 52.204-7 system For Award Management (oct 2018) 52.204-16 commercial And Government Entity Code Reporting (oct 2016) 52.209-7 information Regarding Responsibility Matters (oct 2018) 52.233-2 service Of Protest (sept 2006) 852.233-70 protest Content/alternative Dispute Resolution (oct 2018) 852.252-70 solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) 852.237-70 contractor Responsibilities apr 1984 852.215-70 service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors jul 2016

Commission On Elections Tender

Education And Training Services
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 75 K (USD 1.2 K)
Details: Description Republic Of The Philippines Commission On Elections Regional Bids And Awards Committee Region Vi #12 Washington St., Jaro, Iloilo City "procurement Of Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Aklan, Good For 375 Participants (340 Deso Technical Support Staff, 35 Deso Technical Support Staff Back-up) On February 16-22, 2025” 1. The Commission On Elections (comelec), Through Its Regional Bids And Awards Committee (rbac) Will Undertake Small Value Procurement And Invites Interested Entities To Submit Their Price Quotation For The Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Aklan, Good For 375 Participants (340 Deso Technical Support Staff, 35 Deso Technical Support Staff Back-up) On February 16-22, 2025 (rbac Resolution No. R6-svp-005-2025). No. Item Description Qty Unit Approved Unit Cost In Php Approved Cost 1 Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Aklan, Good For 375 Participants (340 Deso Technical Support Staff, 35 Deso Technical Support Staff Back-up) On February 16-22, 2025 (please See Attached Tor For Details) 1 Lot ₱75,000.00 ₱75,000.00 Total ₱75,000.00 Offer/quotation Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. (note: In Case Of Tie In Offer/quotation, Gppb Circular 06-2005 Shall Apply.) 2. For Bidders/suppliers/service Providers Information: A. For Detailed Specifications & Requirements Of The Project, Please Refer To Bidder’s Quotation Form Attached As (“annex A”) 3. Please Be Reminded That Alternative Quotations Shall Not Be Allowed. Alternative Quotation Is Defined As An Offer By The Prospective Supplier In Addition Or As A Substitute To Its Original Quotation. A Quotation With Options Is Considered As Alternative Quotation. 4. The Following Are The Required Eligibility Documents (preferably Certified True Copy): A. Copy Of Valid Mayor’s/business Permit. In Case Of Renewal, Show Proof Of Renewal. B. Copy Of Complete Philgeps Registration No.; C. Copy Of Income/business Tax Return (latest, With Stamp Received By The Bir Or Proof Of Payment To Accredited Financial Institution); D. Notarized Omnibus Sworn Statement (annex “b”) 5. Any Interested Entity May Submit Their Sealed Quotation Using The Attached Prescribed Form (see Annex “a”) Including The Required Eligibility Documents Mentioned Above Not Later Than February 17, 2025, Monday, 5:00 Pm Through The Following Options: A. Submission Of A Labeled And Sealed Envelope (indicating Company Name, Project Title And Project Id Number) At: 6. The Comelec Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Comelec And To Award The Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities (sgd) Atty. Wil S. Arceño Rbac Chairperson Annex - A Price Quotation Please Submit In Sealed Envelope Your Price Quotation For The Article Or Service Described Below. Business Name: Address: Contact Number: Date: After Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Out Quotation/s For The Item/s As Follows: No. Item Description Qty Unit Bidder’s Quote Price/unit Total 1 Training Supplies For The Conduct Of Training Of Deso Technical Support Staff In The Province Of Aklan, Good For 375 Participants (340 Deso Technical Support Staff, 35 Deso Technical Support Staff Back-up) On February 16-22, 2025 375 Set 1 Piece-steno Notebook 70-80 Gsm Paper; Spiral-bound Or Pad Format; 100 Sheets Per Pad Or Notebook; White Or Off-white 1 Piece-ballpen Black 0.5 Mm Pen Tip; Black Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-ballpen Blue 0.5 Mm Pen Tip; Blue Ink; Plastic Body With Cap; Branded; Good Quality 1 Piece-expandable Envelope Legal-sized, Kraft; With Elastic Band 1 Piece-highlighter Pen Plastic Body With A Felt Or Fiber Tip; Fluorescent, Quick-drying Ink; Removable Cap 1 Piece-pencil #2, With Black Lead, With Eraser, Branded, Good Quality (yellow) 1 Piece-sticker Paper White Color; A4 Size; Matte 1 Piece-alcohol 50 Ml, 70% Isopropyl Alcohol; Can Be Used As Disinfectant And Antiseptic; Non-drying Formula 1 Piece-correction Tape Premium Quality Tape Material With Mini Roller Head; Easy To Use; Smooth Application Delivery Site: Opes, Aklan, 3rd Floor, Rebesencio Bldg., Martelino St., Kalibo, Aklan Total The Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. I Hereby Undertake To Deliver The Goods And Its Ancillary Services Indicated Above Within The Period Prescribed By The Comelec. I Further Undertake That The Price Quoted Shall Be Binding Upon Us Until A Noa/contract/ntp Is Issued/signed. Authorized Company Representative Signature Over Printed Name Annex - B Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] Republicof The Philippines City/municipality Of )s.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [ If A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project]of The [name Of The Procuring Entity],as Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And [name Of The Project] Of The[name Of The Procuring Entity],as Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s)to Verify All The Documents Submitted; 6. [select One, Delete The Rest:][if A Sole Proprietorship:]the Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac) ,the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:]none Of The Officers And Members Of [name Of Bidder]is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac),the Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:]none Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7.[name Of Bidder] Complies With Existing Labor Laws And Standards; And 8.[name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder Incompliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin (s) Issued For The [name Of The Project]. 9. [name Of Bidder]did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given ,failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article315 Of Act No. 3815 S.1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Here Unto Set My Hand This Day Of, 20___at , Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice

DEPT OF THE ARMY USA Tender

Machinery and Tools
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: 19feb25_the Naics Code Has Been Changed To333111, Farm Machinery And Equipment Manufacturing With A Small Business Size Standard Of 1,250 Employees. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Will Not Be Issued. the Solicitation Is Being Issued As A Request For Quote (rfq) With The Intent To Award As A Simplified Acquisition. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-04. This Requirement Is Set Aside 100% Small Business Under Naics Code 423820, Farm And Garden Machinery And Equipment Merchant Wholesalers, With A Size Standard Of 500 Employees. This Procurement Is Being Conducted In Accordance With Regulation At Far 12, Acquisition Of Commercial Items And Far Part 13, Simplified Acquisition Procedures. please See Attached Description Of Requirement (dor). instructions To Offerors (reference Far 52.212-1) (a) The Offeror Is Responsible For Reading All Information Contained In This Solicitation And All Attachments, If Any, Posted With It. Offerors Should Check The Www.sam.gov Website Often For Any Information Regarding This Solicitation And/or Amendments To This Solicitation. For Information Concerning This Solicitation, Please Email Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil. (b) Pursuant To Far 52.204-7(b), System For Award Management, Offerors Must Be Registered In The System For Award Management (sam) At The Time An Offer Or Quotation Is Submitted And Shall Continue To Be Registered Until Time Of Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation. If An Offeror Is Not Registered In Sam At The Time Of The Offer, Its Offer Will Not Be Considered For Award. You May Register Electronically At Http://www.sam.gov. (c)submission Of Offers. Signed And Dated Offers Are Due 21 February 2025, Not Later Than 12:00 Pm Cst And Must Be Submitted Via Email To: Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil Offers May Be Submitted In Writing On Letterhead Stationery, Or As Otherwise Specified In The Solicitation. At A Minimum, Offers Must Include: the Solicitation Number W912hz25q4483; (2) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This Includes Providing The Terms Of Any Standard Warranty And Technical Support. This May Include Product Literature, Or Other Documents, If Necessary; (3) Unit Pricing And Extended Pricing For Each Item: State Discount Terms, If Any; (4)cage Code And/or Duns Number. (d)late Submissions, Modifications, Revisions, And Withdrawals Of Offers - (1)offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Designated Government Emails By The Date And Time Designated In The Solicitation; (2)any Offer, Modification, Revision, Or Withdrawal Of An Offer Received After The Exact Date And Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, And The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted; And (3)offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. (e)contract Award. The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror’s Initial Offer Should Contain The Offeror’s Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received. (f)offers Shall Be Made In Accordance With The Description Of Requirements (dor) Document Provided In The Solicitation. (g) Oral Communications Are Not Acceptable In Response To This Notice. (h) Technical Inquiries And Questions: All Technical Inquiries And Questions Relating To This Solicitation Are To Be Submitted Via Email To Angela.m.stokes@usace.army.mil And David.g.ammermann@usace.army.mil. Offerors Shall Submit Questions At Least 2 Days Prior To The Closing/response Date Of The Solicitation In Order To Ensure Adequate Time Is Allotted To Form An Appropriate Response And To Amend The Solicitation, If Necessary. Offerors Must Review The Specifications In Their Entirety And Review The Www.sam.gov Website For Answers To Questions Prior To Submission Of An Inquiry far 52.212-2 - Evaluation -- Commercial Items: (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government. the Following Factors Shall Be Used To Evaluate Offers: 1) Lowest Price 2) Technically Capability the Government Will Issue An Award To The Offeror Whose Quote Is The Lowest Price That Is Determined To Meet At Least The Minimum Requirements To Be Determined Technically Capable. (1) Technically Capable Is Defined As The Documented Capability To Meet The Minimum Requirements Of The Project As Specified In This Solicitation And The Attached Specifications, Including Evidence Of The Offeror's Capability To Provide The Items Specified And The Ability To Meet Or Exceed The Specified Delivery Schedule. It Is Imperative That The Offeror Submit Sufficient Documentation And Information For The Government To Determine Technical Capability And Quoted Price. Failure To Submit Sufficient Information For The Government To Determine Technical Capability And Quoted Price May Be Cause For Rejection Of Your Quote. (b) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) the Following Far Clauses And Provisions May Apply To This Acquisition: 52.203-3 Gratuities 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper 52.204-7 System For Award Management 52.204-13 System For Award Management Maintenance 52.212-3 Offerors Representations And Certifications- Commercial Items 52.212-4 Contract Terms And Conditions - Commercial Items; 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders – Commercial Items 52.252-2 Clauses Incorporated By Reference additionally, The Following Clauses/provisions Located Within Far 52.212- 5 May Apply To This Acquisition: 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-6 Protecting The Government's Interests When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations 52.219-6 Notice Of Total Small Business Set-aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 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 52.222-50 Combating Trafficking In Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.232-34 Payment By Electronic Funds Transfer – Other Than System For Award Management 52.233- 3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim the Full Text Of These Far Clauses Can Be Accessed Electronically At Website: https://www.acquisition.gov/browse/index/far the Following Dfars Clauses And Provisions May Be Applicable To This Acquisition: 252.203-7000 Requirement Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.211-7003 Item Unique Identification And Valuation 252.204-7003 Control Of Government Personnel Work Product 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing Of Contract Modifications the Full Text Of These Dfars Clauses Can Be Accessed Electronically At Website:https://www.acquisition.gov/dfars

City Of Pagadian Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.6 K)
Details: Description Bids And Awards Committee Invitation To Bid/ Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods, Charged To 1011-300-1-07-05-030/rf24-1000-2a-1g (information And Communication Technology And Equipment) With An Approved Purchase Request Nos. 210 Pagadian City, As Described Below: Pbg-2025-01-14 Procurement Of Accessories And Rehabilitation Of Video Surveillance System Of Close Circuit Television,this City. Item No. Qty Unit Of Issue Description Approved Budget For The Contract Unit Cost ₱ Total Cost ₱ 1 1 Piece 5ghz Directional Client - 16dbi 32,400.00 32,400.00 * Primary Use: Standard Client, Suitable For Most Conditions * Antenna Type: Flat Panel *antenna Gain: 16dbi * Power Consumption: 12 Watts * Input Voltage: 30 Vdc * Input Voltage: 30 Vdc * Dimensions: 12.4 X 25.1 X 11.9 Cm (4.9 X 9.9 X 4.7 In) * Weight-: 0.50 Kg (1.1 Lb) * Environmental: Ip55 * Temperature: 30⁰c To 60⁰c (-22⁰f To 140⁰f) * Wind Survival: 200 Km/h (124 Mph) * Certifications: Fccid-z8h-89ft0047, Ic - 109w-007, Ce - En 301 893 V2.1.1 (5.4 Ghz), En 302 502 V2.1.1 (5.8 Ghz) 2 2 Pieces 5ghz Directional Client - 16dbi 36,200.00 72,400.00 * Primary Use: High Gain Client Useful For Though Climates,longer Distances Or Industril Sites * Antenna Type: Flat Panel *antenna Gain: 19dbi * Power Consumption: 12 Watts * Input Voltage: 30 Vdc * Input Voltage:: 30 Vdc * Dimensions: 27.8 X 27.8 X 4.5 Cm (10.9 X 10.9 X 1.8 In) Without Mountaing Bracket * Weight-: 1.45 Kg (3.2 Lbs) * Environmental: Ip67 * Temperature: 30⁰c To 60⁰c (-22⁰f To 140⁰f) * Wind Survival: 200 Km/h (124 Mph) * Certifications: Fccid-z8h-89ft0047, Ic - 109w-0047, Ce - En 301 893 V2.1.1 (5.4 Ghz), En 302 502 V2.1.1 (5.8 Ghz) 3 1 Pieces 20- Port Enterprise Gigabit Poe Network Switch 310,300.00 310,300.00 * Throughput: 112 Gbps *mbps Rj45 Ports :16 * 10 Gbps Fiber Ports (sfp+): 4 * Poe+enabled Ports 802.3af/at/bt:16 * Low Voltage Passive Poe (24 V): 8 * High Power 4 Ppoe (up To 90 W): 8 * Dram: 512 Mb * Power Supply : Crps Dependent * Cpu Speed: 800 Mhz * Leds Per Port: Link/activity, Poe * 802.3af/atbt Poe (54v): Ports 1-16 * 24v Passive Poe -up To 15w: Ports 9-16 * 54v Passive Poe -up To 90w: Ports 1-8 * 54v Passive Poe -up To 30w: Ports 9-16 *poe Max Power Per Port: 30w/90w *temperature Ranges: 10⁰c Up To 65⁰c 4 7 Pieces 10-port Enterprise Gigabit Poe Network Switch 48,200.00 337,400.00 * Throughput: 20 Gbps *10/100/1000 Ports: 8 * Uplink Ports: 2 Sfp *poe+ Enabled Ports 802.3af/at:8 * Dram: 512 Mb *power Supply; 100240 Vac * Max Switch Power: 10.54w *cpu Speed: 800mhz * Leds Per Port: Link/activity, Poe * Poe+power Budget: 75 W *poe + Voltage: 54v * Poe Max Power Per Port: 30 W * Temperature: 0⁰c To 50⁰c (32⁰f To 122⁰f) * Storage Temperature: (-40⁰f To 158⁰f) 5 1 Piece 49-inch 3.5mm Lcd Display Unit 216,500.00 216,500.00 * Screen Siz: 49 Inches Backlight: Direct -lit Led Backlight Pixel * Pitch:0.56 Mm *physical Seam: 3.5 Mm * Bezel Width: 2.3mm (top/left), 1.2 Mm (bottom/right) * Brightness: 500 Cd/m² * Viewing Angle: Horizontal 178⁰, Vertical 178⁰ * Video & Audio Input: Hdmi X 1, Dvi X 1, Vga X 1, Usb X 1 * Power Consumption: =134 W * 4k Signal Input, Auto Loop Up To 30 Screens With Hdmi/dp Interfaces * Anti-glare, High Definition, High Brightness, High Color Gamut, And Vivid Images With Rich Colors * Metal Casing For Preventing From Radiation And Magnetic & Electric Field Interference * Wall-mount And Modular Brackets Available To Meet Various Installation Requirements 6 1 Piece 4mp Ir Varifocal Bullet Network Camera 36,200.00 36,200.00 * 1/3" Progressive Scan Cmos * 2688 X 520 @30fps * 2.7 To 13.5 Mm Varifocals Lens * Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir * H.265+, H.265, H.264+,h.264 * Three Streams * 120db Wdr * Junction Box Included In The Package * Blc/3d Dnr/roi/hlc * Ip67 * Built - In Micro Sd/sdhc/sdxc Card Slot, Up To 128 Gb * 3-axis Adjustment * Metadata Of Intrusion Detection, Line Crossing Detection, Unattended Baggage Detection, And Object Removal Are Supported. 7 10 Pieces Power Over Ethernet (poe) Adapters, 60w 2,500.00 25,000.00 * Output Voltage: 50vdc @ 1.2a * Rated Voltage: 100-240vac @ 50/60hz * 4-pair Powering: Pins 1,2,4,5 (+) And Pins 3,6,7,8 (-) * Data In /poe: Rj45 Shielded Socket 8 1 Piece Outdoor Carrier Class Shielded Ethernet Cable 29,800.00 29,800.00 * Industrial-grade Ethernet Cable That Protects Your Network From Elemental And Electrostatic Damage * Category 5e Cable * Insulated, Weatherproof Cable Jacket * Internal Foil Shielding And Drain Wire For Increased Esd Damage Protection * Internal Anti-crosstalk Divider To Preserve Signal Integrity In High Traffic Areas * Cable Length 305 M 9 1 Lot Installation Materials 135,000.00 135,000.00 10 1 Lot Installation, Termination, Commisioning And Testing, Included On-site Project Management & Training And Transportation 245,000.00 245,000.00 Grand Total 1,440,000.00 All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). . Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 31,2025 To February 7,2025 2-issuance Of Eligibility Forms /bid Documents February 6,2025 To February 17,2025 3-pre-bid Conference Fbruary 4,2025 City General Services Office @ 2pm 4-submission And Receipt Of Bids(including Eligibility Check) February 17,2025 City General Services Office @ 2pm Bidding Is Open To All Interested Local Bidders, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. Bidding Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount At P1,400.00 To The Bac Secretariat, City General Services Office Through The Office Of The City Treasurer-cashier, This City. The City Government Of Pagadian Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama Bac Chairperson Date Of Publication: January 31,2025 To Febraury 7,2025
2031-2040 of 2159 archived Tenders