Scanning Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Chemical Products
United States
Closing Date13 Mar 2025
Tender AmountRefer Documents 
Details: Intent To Sole Source the Department Of Veterans Affairs, Network Contracting Office 4 (nco4) Intends To Sole Source A Contract For Radiopharm Xofigo To Lebanon Va Medical Center. All Work Is To Be Completed In Accordance With Statement Of Need. This Sole Source Contract Will Be Solicited And Negotiated With Cardinal Health 414, Llc 7000 Cardinal Pl, Dublin, Oh Under The Authority Of Far 13.106-1 Single Source Justification. see Attached Draft Statement Of Work (son). the North American Industry Classification System (naics) Code For This Procurement Is 325412, In-vitro Diagnostic Substance-product Service Code For This Requirement Is 6505, Drugs And Biologicals. The Small Business Administration (sba) Size Standard Is 1300. interested Vendors That Can Meet This Requirement, Shall Identify Their Interest And Capability, And Respond To This Notice By 03/13/2025 By 10:00 Am Est. Interested Vendors Must Send A Capability Statement, No More Than One Page In Length; To Include Company Name, Ueisam Number, Socioeconomic Category, Brief Description Of Your Business Entities Capability To Handle This Project At The Lebanon Va Medical Center. this Special Notice Of Intent To Sole Source Is For Planning Purposes Only. No Solicitation Will Be Made Available. This Is Not A Request For Quotations. All Information Shall Be Provided At No Cost Or Obligation To The Government. Responses Must Be Sent Via Email To The Contracting Specialist At Christa.stine@va.gov. responses Received Will Be Evaluated; However, A Determination By The Government Not To Compete The Proposed Procurement Based Upon The Responses To This Notice Is Solely At The Discretion Of The Government. If No Responses Are Received, Contracting Will Proceed With The Sole Source Negotiation With Government Scientific Source, Inc. statement Of Work lebanon Va Medical Center title Of Project: Procurement And Delivery Of Radioactive Material In The Form Of Xofigo (radium 223 Dichloride) To The Lebanon Vamc scope Of Work: Cardinal Health Referred To As The Contractor Shall Provide Xofigo Radium 223 Dichloride To The Lebanon Va Medical Center As Outlined In This Sow. The Contractor Shall Perform To The Standards In The Contract And Meet All Necessary Federal Regulatory Requirements And Guidelines. background: Xofigo Radium 223 Dichloride Is An Alpha Particle- Emitting Therapeutic Agent Indicated In The Treatment Of Patients With Castration-resistant Prostate Cancer, Symptomatic Bone Metastases And No Known Visceral Metastatic Disease. The Va Medical Center In Lebanon, Pa, Is Establishing A Contract To Meet The Need For Delivery, Storage, Inventory Management, Packaging And Shipment Preparation, Distribution, And Transportation Of Xofigo Radium 223 Dichloride In Support Of The Va Medical Center Nuclear Medicine Needs. It Is The Intent Of This Contract To Have A Supply Of Xofigo Readily Available For Shipment/transportation And Continuous Inventory Management Services And Equipment During Normal Working Hours As Described In This Statement Of Work. Offerors Shall Furnish And Deliver F.o.b. Destination All Items As Listed In The Schedule Of Supplies And Services And Others That May Be Needed In The Future. When Applicable, Preference Will Be Given To Contractors Who Supply Products From Non-high Enriched Uranium Sources (non-heu). Contractor Must Be Licensed By The Nuclear Regulatory Commission And Be Regularly Established In The Business Of Providing Xofigo Radium 223 Dichloride. performance Period: The Government Is Requesting A One (1) Year Contract With A Period Of Performance, June 29, 2025 To June 28, 2026. type Of Contract: Firm-fixed Price point Of Contact: Delivery Shall Be Coordinated With The Designated Technical Poc: nominated Cor: Jasir Nayati phone: (717) 272-6621 X3621 email: Jasir.nayati@va.gov note: The Poc Has No Authority To Change The Terms And Conditions Of The Awarded Contract. general Requirements the Dose Regimen Of Xofigo Radium 223 Dichloride Is 1.49uci/kg Body Weight Intravenous Injection With A Total Of 6 Injections Given At 4week Intervals. orders For Each Xofigo Radium 223 Dichloride Injection Will Be Placed By Completing Xofigo Access Services Patient Support Request Forms Including A Signed Patient Authorization Which Is Page 2 Of The Form. On-line Orders Can Also Be Place When Permissible. Cardinal Health Nuclear Pharmacy Will Package And Deliver Individual Unit Dose For Each Patient On The Date And Calibration Time Specified When Order Was Placed. no Delivery Charge Shall Be Required For Additional Deliveries During Normal Working Hours. contractor Shall Provide An Adequate Supply Of Contract Products To Meet The Requirements Of Lebanon Va Medical Center. contractor Shall Provide A Barcode Labeled Insert To Allow Scanning Data Into Existing Nuclear Medicine Information Management System (nmis). Contractor Product Barcode System Shall Be Compatible With Nuclear Medicine Information Systems (nmis) In General. contractor Shall Perform All Quality Control Procedures As Required By Federal And State Regulatory Agencies. contractor Shall Hold A Current Unrevoked Nrc And/or Agreement State Radioactive Materials License, Which In Addition To Other License Conditions, Would Allow For The Receipt And Disposal Of Radioactive Material, And Fda License To Produce And Distribute Radiopharmaceuticals For Human Administration. Contractor Shall Provide Copy Of Their Radioactive Material License With Their Proposal. contractor Shall Immediately Notify The Contracting Officer And Contracting Officer Representative, Upon Any Action By The Nrc Or An Agreement State And/or Fda To Suspend Or Modify The Radioactive Materials License. contractor Shall Meet All Nuclear Regulatory Commission (nrc), Department Of Transportation, Fda, Osha And All Other Agency Rules And Regulations (federal And State). Contractor Must Maintain All Certifications Throughout The Performance Of Contract. 10. Contractor Shall Provide Evidence Of Special Driver S Licenses (competency) Due To Transporting Hazardous Materials. Contractor Shall Meet All Nuclear Regulatory Commission, Department Of Transportation, F.d.a., Osha And All Other Agency Rules And Regulations (federal And State). 11. Contractor Shall Test All Products For Quality Control At An Agreed Upon Frequency And Only Those Products That Pass Quality Control May Be Sent To The Va. This Testing Shall Be Performed At No Cost To The Va. The Contractor Will Provide A Detailed Description Of The Test Upon Request. 12. Contractor Shall Pick Up Scheduled Items, Used And Unused, For Proper Disposal At No Cost To The Government. 13. Contractor Shall Perform Quality Control On Each Agent Dispensed. 14. Contractor Shall Accept Returns For Credit Under The Following Conditions: product(s) Shipped In Error. product(s) Damaged In Shipment concealed Shipping Damages recalled Product(s) outdated Products In Unopened, Original Container (specifically Authorized For Return By Manufacturer). 15. Contractor/supplier Shall Abide By (cfr 10) Title Code Of Federal Regulations, Which States: A Licensee May Use For Medical Use Only: a. By-product Material Manufactured, Labeled, Packaged, And Distributed In Accordance With A License Issued Pursuant To The Regulations In Title 10, Code Of Federal Regulations, Part 35 And The Equivalent Regulations Of An Agreement State. b. Reagent Kits That Have Been Manufactured, Labeled, Packed And Distributed In Accordance With The Approval By The Commission Pursuant To S32.73 Or An Agreement State Under Equivalent Regulations For The Preparation Of Radiopharmaceuticals For Medical Use. 16. Contractor Must Adhere To The Provisions Of Health Insurance Portability And Accountability Act (hipaa) Of 1996 And The National Standards To Protect The Privacy And Security Of Protected Health Information (phi) As Required By Complying With Rules Governing The Security, Use And Disclosure Of Protected Health Information By Covered Entities, Including The Department Of Veteran Affairs. 17. Any Substitutions Of Product Shall Have The Written Approval Of The Va Nuclear Medicine Service And The Contracting Officer Or His/her Designee. 18. All Defective Or Inferior Products Shall Be Replaced Within The Timeline Specified At No Costs To The Va. Ordering: Contractor Will Provide With Their Proposal Contractor S Regular Work Hours, Telephone Number For Call-in Orders During Regular Business Hours, Contractor S Telephone Number And Instructions For Placing Emergency Orders After Contractor S Regular Work Hours To Include Weekends, Contractor S Telephone Number For Expert Advice Concerning Awarded Products. Normal Orders Shall Be Placed During The Workday, And Delivery Shall Be Made To The Lebanon Va Medical Center, Nuclear Medicine Department On The Date And Calibrated Time Specified At The Time Of Order Placement. Due To The Demands Of The Medical Center Patient Care Requirements, Contractor Shall Provide Routine Delivery And Pick-up As Many Times As Required By The Lebanon Va Medical Center. In The Event That The Requirements May Be Determined In Advance, A Longer Delivery Time May Be Scheduled Accordingly. In Accordance With The Following: the Delivery Order Shall Include The Following Information: Contract Item (s) And Quantity, Time (s) Of Delivery, And Applicable Va Order Number. orders Can Be Placed By The Lebanon Va Medical Center Via Telephone, Fax, Or E-mail. ordering Contact Information: Contractor Shall Provide Contact Information For The Placement Of Orders For Items Listed In The Schedule Of Supplies And Services the Lebanon Va Medical Center Cors Assigned To This Contract Will Be The Only Individuals Authorized To Place Orders Under This Contract: poc: Jasir Nayati, Jasir.nayati@va.gov poc: April Kurtz, April.kurtz@va.gov Emergency Ordering Procedures: An Added Cost Is Provided Iaw With Line Items 1 & 2 Of The Schedule Of Items For The Base For Emergency Preparation And Delivery Service Of Radiopharmaceuticals At Other Than Normal Working Hours. Normal Business Hours Are Considered Monday Through Friday: 6:30 Am 4:30 Pm. The Lebanon Va Medical Center Considers The Following Emergency Duty Hours: weekdays (monday Friday) 4:30 Pm 6:30 Am weekends (saturday/sunday) All Hours federal Holidays: A List Of The Expected Federal Holidays Is As Follows: New Year S day, Birthday Of Martin Luther King, Jr., Washington S Birthday, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day And Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday. Deliveries: All Orders Will Be Agreed Upon Between The Contractor And The Department Of Veterans Affairs Prior To Shipment. No Delivery Charge Shall Be Made For Additional Deliveries During Normal Working Hours, 7:00a.m.-4:00 Monday Friday. emergency Deliveries: Requests For Emergency Doses Shall Be Delivered Within Time Frame Agreed Upon Between The Contractor And Department Of Veteran Affairs. Emergency And Priority Orders Consist Of Less Than 20% Of The Monthly Schedule. Radioactive Shipments Prepared In Advance To Anticipate Emergency Or Routine Studies Are Not Acceptable. After Hours Delivery: Weekend (saturday/sunday) And All Federal Holiday (or Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday) Deliveries Shall Be Made By Contacting The Veterans Medical Center Police To Unlock Room G025 For Placement Of The Packages In The Designated Pass-through. Contractor Early Deliveries: When The Contractor Offers An Earlier Delivery Date And Time Than Specified, The Government Reserves The Right To Award Whether In Accordance With The Requested Schedule Or In Accordance With The Earlier Schedule Offered By The Contractor. If A Contractor Offers A Longer Delivery Than That Requested, The Government May Award Based On That Schedule. If The Contract Offers No Other Delivery Schedule, The Delivery Requested Shall Apply. delivery Proposed delivery Of Supplies By The Scheduled Date Will Be Complete Except As Otherwise Authorized By The Ordering Personnel. the Government May Terminate This Contract In Whole Or In Part If The Contractor Fails To Meet The Required Delivery Schedule. The Contractor Shall Be Liable For A Fixed, Occurring Amount Until The Government May Reasonably Obtain Delivery Of Similar Supplies. The Contractor Shall Not Be Charged With Damages When The Delay In Delivery Arises Out Of Causes Beyond The Control And Without The Fault Or Negligence Of The Contractor. delivery Date And Time Specified May Be Adjusted By The Contracting Officer. The Contractor Will Be Notified Of This Change At Least Seven (7) Days Prior To The Original Or Adjusted Delivery Date. delivery Location: Radiopharmaceuticals Shall Be Delivered To: (room G025) Located Within The Nuclear Medicine Department Lebanon Va Medical Center 1700 S. Lincoln Ave Lebanon, Pa 17042 access To This Room During Non-business Hours Shall Be Obtained By Contacting Va Police Service. delivery Commitment: Time Of Delivery Specified Or Mutually Agreed To At The Time Of Receipt Of Telephone Orders Shall Become Mandatory Upon The Contractor. Failure To Perform In Accordance With The Delivery Commitment May Be Grounds For Termination Of Contract In Accordance With The Provisions For Default. All Charges Incurred For Delivery Shall Be Included In The Fee Schedule To Include Fuel Surcharges. Contractor Shall Provide On An As-needed Basis Miscellaneous Supplies And/or Services Including But Not Limited To The Following: osha Compliant Monitoring Devices. sealed Sources For Qa Procedures. calibrator Calibration. annual Calibration Of Survey Meters. rso Safety Audits For Federal Compliance. damages In-transit: Under Fob Destination Procedures, Any In-transit Damage Is The Responsibility Of The Provider. The Contractor Is Responsible For Notifying The Contracting Officer Or Contracting Officer Representative Within 24 Hours After Loss Or Damage Of Material Is Known By The Contractor. The Contractor Shall Be Responsible For Initiating Action To Replace All Damaged Or Missing Material To The Government. packaging And Shipment Preparation: All Unit Dose Radiopharmaceuticals Delivered Must Have A Bar Code With It So The Dose Can Be Scanned Into The Department S Dose Tracking System That It Owns. All Radiopharmaceuticals Shall Be Delivered In Ready-to-use Unit Dose Form In Lead-shielded Containers. Plastic Shrink Wrap Fitted At Union Of Container Cap And Base Should Be Present To Ensure An Untampered Seal. calibration/labels: All Radiopharmaceuticals Shall Be Calibrated And Labeled With Concentration, Calibration, Time, Total Volume, Total Activity, Lot Number And Prescription Number. supplier Source Information: Product Information Including Supplier's Source Of Radiopharmaceuticals, Package Inserts, Results Of Quality Control Testing Performed By Supplier And Copies Of Supplier's License And Procedures Shall Be Provided At No Additional Charge. added Charges: Contractor Shall Not Add To The Invoice The Cost Of Overages. Any Cost To Replace Damaged Or Incorrect Products Will Be At The Cost Of The Contractor. Replacements Shall Be Received Within Three (3) Hours Of Notification By The Va. clin description estimated Quantity (uci) 001 radium Ra 223 Dichloride (xofigo) 1500

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: Request For Information description department Of Veterans Affairs request For Information (rfi) production Web Application Protection this Is A Request For Information (rfi) Only. Do Not Submit A Quote. This Rfi Is For Planning Purposes Only And Shall Not Be Considered A Request For Quotation. Additionally, There Is No Obligation On The Part Of The Government To Acquire Any Products Or Services Described In This Rfi. Your Response To This Rfi Will Be Treated Only As Information For The Government To Consider. You Will Not Be Entitled To Payment For Direct Or Indirect Costs That You Incur In Responding To This Rfi. This Request Does Not Constitute A Solicitation For Quotes Or The Authority To Enter Into Negotiations To Award A Task Order. No Funds Have Been Authorized, Appropriated Or Received For This Effort. The Information Provided May Be Used By The Department Of Veterans Affairs (va) In Developing Its Acquisition Strategy. Interested Parties Are Responsible For Adequately Marking Proprietary, Restricted Or Competition Sensitive Information Contained In Their Response. The Government Does Not Intend To Pay For The Information Submitted In Response To This Rfi. the Government Requests Industry To Review And Provide Commentary On The Governments Requirement Detailed Below. The Government Intends To Review Rfi Responses To Exchange Information And Improve Industry S Understanding Of The Government Requirement And The Government S Understanding Of Industry Capabilities. This Will Allow Potentialâ offerorsâ to Judge Whether Or How They Can Satisfy The Government S Requirements And Enhance The Government S Ability To Obtain Qualityâ suppliesâ and Services. submittal Information: all Responsible Sources May Submit A Response In Accordance With The Below Information. As Part Of Your Market Research Response, Please Provide A 10-page Submission Detailing Similar Work Experience To That Of The Governments Requirement Detailed Below. interested Vendors Shall Provide Constructive Comments And/or Feedback Regarding The Following Elements Of The Proposed Procurement: proposed Contract Type: Firm Fixed Price schedule: Base Year Plus Four (4) Option Years industry To Propose A Contract Line-item Numberâ (clin)/price Structure And Deliverables; industry To Propose The Team Level Of Effort And Labor Categories feasibility Of The Requirement, Including Performance Requirements any Other Industry Concerns, Comments, Or Questions interested Vendors Shall Provide The Following Information In The Initial Paragraph Of The Submission: name Of Company address point Of Contact phone Number email Address company Business Size And Status Under The Following North American Industry Classification System (naics) Code: 541519 Other Computer Related Services With A Size Standard Of $34 Million. existing Contractual Vehicles (gwac, Fss, Mac, Sewp) To Include The Contract And Schedule Numbers. socioeconomic Data (for Veteran-owned Small Business (vosb) And Service-disabled Veteran-owned Small Business (sdvosb)s, Proof Of Verification In Small Business Administration (sba) Veteran Small Business Certification (vetcert)) indicate Whether You Can Comply With The Limitations On Subcontracting At Va Acquisition Regulation (vaar) 852.219-73, Va Notice Of Total Set-aside For Certified Service-disabled Veteran-owned Small Businesses Or Vaar 852.219-74 Va Notice Of Total Set-aside For Certified Veteran-owned Small Businesses system For Award Management Unique Identity Identification Number while Not Required, Artifacts Supporting Your Submission May Be Submitted To Better Demonstrate The Above. The Artifacts Can Be In Addition To The Page Limit. there Are No Specific Submission Requirements Other Than The Page Limit, But The Government Requests That It Not Be Inundated With Marketing Materials Or Peripheral Content, And That The Submission Be Readable. contractor Response: all Contractor Questions Are Required To Be Submitted Via Email No Later Than 12:00 Pm Et, February 28, 2025 To Michael Berberich, Contract Specialist At Michael.berberich@va.gov And Contracting Officer David Long At David.long4@va.gov. Once All Of The Questions Have Been Received, The Government Will Provide A Response And Extend The Rfi An Additional Four Business Days To Allow Industry Time To Provide Their Formal Response. government Requirement: va Requires A Comprehensive Application Security Solution To Protect Applications From Exploitation By Threat Actors, Unauthorized System Access, Data Breaches, And Service Disruptions. The Solution Address Vulnerabilities As Defined By Open Worldwide Application Security Project (owasp) That May Not Be Caught During Static Scanning In Software Development. key Challenges This Solution Address Include: protection Against Known Owasp Vulnerabilities. defense Against Zero-day Attacks Through Runtime Protection. support For Both Modern And Legacy Applications Across Diverse Operating Systems. integration With Existing Va Security Infrastructure Including Palo Alto Next Generation Firewalls (ngfw). enterprise Scalability While Starting With Initial Deployment Of 100 Systems. minimal Performance Impact On Protected Applications. comprehensive Logging And Security Analytics Capabilities. the Vendor Shall Provide Details On The Solution Including: hardware And Software Required. hardware, Software And/or Cloud Requirements. installation Requirements. licensing (including Type Of Licensing, I.e., Annual, Perpetual, Etc.) And Maintenance Requirements. what Is Included With Licensing And Maintenance. description Of Warranty. adapter Requirements. description Of Training For Government Full-time Equivalents (ftes) Employees. operation/customization Capabilities Of The Solution virtual Lab Usage And Materials description Of Professional Services Provided. any Features Not Specifically Mentioned, But Which May Be Required And Necessary For The Completeness And Efficient Performance Of The Proposed Solution As An Operating Entity. appendix A-detailed Operating And Capability List (see Below), Includes A Full List Of Requirements That The Vendor Is Requested To Provide A Response To. For Each Line A Response Shall Be Provided About Whether The Solution Can Fully Meet The Requirement Or Not As Shown With The Check Boxes. parameters Include: the Solution Shall Provide Both Web Application Firewall (waf) And Runtime Applications Self-protection (rasp) Capabilities, Either As An Integrated Platform Or As Compatible, Interoperable Components With The Existing Next Generation Firewalls (ngfw). the Solution Shall Be Scalable To Protect At Least 1,000 Web Applications Across The Va's Infrastructure, With The Capability To Expand To 1,500 Applications Within Two Years. the Solution Shall Support Both On-premises And Cloud-based Deployments, Including Hybrid Environments, Aligning With The Va's Cloud Migration Strategy. the Solution Shall Offer Centralized Management And Monitoring Capabilities For All Protected Applications, Providing A Single Pane Of Glass View For Security Operations. the Solution Shall Be A Comprehensive, Vendor-managed System That Includes Ongoing Support, Maintenance, Updates, Performance Monitoring, And Reporting. The Reporting Must Feature Metrics And Benchmarks To Demonstrate The Effectiveness Of The Solution. the Solution Shall Interface And Provide Integrations To Va Security Information And Event Management (siem) , Continuous Monitoring (conmon), And Incident Response Platforms (e.g. Splunk, Servicenow) the Solution Must Comply With Relevant Government Security Standards, Including Federal Information Security Management Act Of 2002â (fisma), Federal Risk And Authorization Management Program (fedramp), Federal Information Security Management Act Of 2002â (fisma), And Federal Information Processing Standard Publication 140-2, (fips Pub 140-2), While Maintaining Compliance With Evolving Regulations And Emerging Federal Standards Such As The Latest National Institute Of Standards And Technologyâ (nist) Updates. additional Questions To Be Answered By Industry In The Rfi Response: licensing - What Is Included As Part Of The Licensing Model? (i.e., Perpetual, Concurrent, Subscription-based, Proprietary, Network, Other)? Is Support Included As A Part Of Licensing? Does The License Have The Flexibility To Increase Licenses To Your Current Configurations Over Time? Do The Licenses Need To Be Installed Or Can Va Install? please Describe What Is Included In Ongoing Support, Maintenance, Updates, And Performance Monitoring. what Metrics And Benchmarks Do You Provide That Measure And Proves The Effectiveness Of The Solution In Protecting Application? maintenance - Will The Maintenance Renewal Be Annual, Or Can You Provide A Quote To Estimate For 4 (four) Years Of Maintenance? What Does The Maintenance Renewal Cover (updates, Patches, Support, Etc.)? training - What Type Of Software Training Is Offered (i.e., User Training, Technical Training/knowledge Transfer, Etc.)? How Many Days Does Software Training Consist Of? Is The Training On-site, Remote, Or Virtual? What Is The Cost Of Training? please Provide A Pricing Estimate For An Enterprise License To Include A Proof Of Concept Funding Scenario For 6 Months, Annual Maintenance Costs Or Annual Licensing Costs, Any Additional Support Costs, Any Additional Service Costs, Training Costs, And Any Costs Not Otherwise Specified Or Identified. how Is The Effectiveness Of The Proposed Solution Measured? appendix A detailed Operating And Capability List the Contractor Shall Provide A Response To Each Line In The List. Responses Requested For Each Line Are Fully Capable Or Not Capable. item # requirement fully Compliant not Compliant 1 runtime Threat Detection And Prevention provide Real-time Threat Detection And Prevention At The Application Runtime, With A Response Time Of Less Than 10 Milliseconds. protect Against Zero-day Vulnerabilities And Novel Attack Vectors, With The Demonstrated Ability To Prevent Previously Unknown Attacks. 2 application Compatibility And Performance Impact support Major Programming Languages And Frameworks Used By The Va, Including But Not Limited To Java, .net, Python, Node.js be Fully Compatible With Both Legacy And Modern Va Applications, Enabling Protection Without Requiring Extensive Modifications To Existing Systems. Maintain Less Than 5% Overhead In Application Response Times, Even Under High-load Transaction Scenarios, To Ensure Negligible Impact On End-user Experience And Application Functionality. 3 traffic Inspection And Filtering (waf/ngfw) inspect And Filter All Incoming Hypertext Transfer Protocol (http)/hypertext Transfer Protocol Secure (https) Traffic, With The Capacity To Process At Least 100,000 Requests Per Second During Peak Usage Without Compromising Performance. support Both Positive Security Models (allowlisting) And Negative Security Models (blocklisting), With The Flexibility To Switch Or Combine Models Based On Application-specific Requirements. provide Robust Protection Against The Owasp Top 10 Vulnerabilities, With Regular Signature And Behavior-based Updates To Address Emerging Threats And Attack Techniques. achieve A 50% Reduction In Successful Web Application Attacks Within The First Year Of Full Implementation, As Verified Through Periodic Security Incident Reports And Analytics. 4 protocol Validation And Bot Mitigation must Validate Http/https Protocols To Prevent Protocol-based Attacks, Including Http Desync Attacks. offer Transport Layer Security (tls)/secure Sockets Layer (ssl) Termination And Inspection Capabilities, Supporting Tls 1.2 And 1.3. include Advanced Bot Detection And Mitigation Capabilities Using Artificial General Intelligence (ai) And Machine Learning, With A False Positive Rate Of Less Than 0.1%. To 1% 5 distributed Denial-of-service (ddos) Protection And Performance provide Protection Against Application Layer (layer 7) Ddos Attacks, Capable Of Mitigating Attacks Of Up To 10 Gbps. offer Integration With Network-layer Ddos Protection Solutions Already In Use By The Va, Including The Ngfw. 6 cross-system Integration integrate With Existing Va Security Information And Event Management (siem) Systems, Including [specific Siem Solution Used By Va], With Bi-directional Data Flow From Ngfw, Waf, And Rasp. provide Apis For Custom Integrations With Other Va Security Tools, Including [list Of Specific Tools Used By Va], With Comprehensive Documentation And Support. 7 identity And Access Management integrate With The Va's Identity And Access Management Systems, Including Okta And Active Directory, Ensuring Role-based Access Control Across Ngfw, Waf, And Rasp. offer Unified Threat Intelligence Across All Components, With The Ability To Share Threat Data Across The Entire Va Network. 8 compatibility And Configuration integrate Seamlessly With The Va S Existing Palo Alto Ngfw Solution, Ensuring No Disruption To Existing Configurations. the Solution Synchronize Security Policies Across Ngfw, Waf, And Rasp To Prevent Conflicts And Ensure A Unified Approach To Traffic Inspection And Filtering. the Ngfw Must Retain Its Role In Network-layer Protection While Delegating Application-layer Protection To Waf And Runtime Threat Prevention To Rasp. 9 data Flow And Protocols the Integration Support Bi-directional Data Flow Between Ngfw, Waf, And Rasp, Allowing Threat Intelligence And Logs To Be Shared Across Systems. the Solution Support Standard Communication Protocols Such As Http, Https, Tls 1.2/1.3, And Integration With Siem Systems Already Used By The Va. 10 performance And Monitoring the Integrated Solution Maintain Optimal Performance With Minimal Impact On Network Latency, Ensuring That Traffic Inspection Remains Efficient Across All Three Systems. monitoring Occur Through A Centralized Dashboard That Aggregates Logs And Performance Metrics From Ngfw, Waf, And Rasp. 11 centralized Monitoring And Reporting provide A Unified Dashboard For Monitoring Ngfw, Waf, And Rasp Security Events, With Real-time Updates And Customizable Alerts. offer Customizable Views For Different Stakeholders (e.g., Security Teams, Application Owners, Executives), With Role-based Access Control. provide Detailed Logging Of Security Events From Ngfw, Waf, And Rasp, With Log Retention For At Least One Year To Support Forensic Analysis. 12 performance Scalability maintain High Availability And Fault Tolerance Across All Systems, With 99.99% Uptime Guaranteed. support Active-active Configurations For High Traffic Volumes, Capable Of Load Balancing Across Multiple Data Centers. 13 unified Deployment And Management support Various Deployment Options (e.g., Agent-based, Container-based For Rasp; Appliance-based, Cloud-based For Waf), Compatible With Va's Existing Infrastructure. provide Centralized Policy Management, Allowing For Consistent Policy Enforcement Across All Va Facilities. support Policy Version Control And Rollback Capabilities Across All Systems, With The Ability To Track Changes And Revert To Previous Configurations If Needed. 14 compliance aid In Meeting And Demonstrating Compliance With Fisma, Hipaa, And Fedramp Requirements, Providing Necessary Documentation And Audit Support. provide Data Masking Capabilities To Protect Sensitive Veteran Information, Including Social Security Numbers, Health Records, And Personal Identifiers. 15 security support Encryption Of Data In Transit And At Rest, Using Fips 140-2 Validated Cryptographic Modules Across All Integrated Systems. provide Audit Trails For All Administrative Actions And Policy Changes, With Tamper-evident Logging For Ngfw, Waf, And Rasp. provide A Fedramp Authorization If Cloud Deployed, And Support For An Authority To Operate (ato) In The Va Risk Management Framework (rmf). 16 interfaces provide Integrations To Va S Siem, Conmon, And Incident Response Platforms.

Department Of Human Settlements And Urban Development - DHSUD Tender

Publishing and Printing
Philippines
Closing Date28 Apr 2025
Tender AmountPHP 175 K (USD 3.1 K)
Details: Description The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 04.013s.2025 Procurement Activity Supply And Delivery Of Ict Equipment Mode Of Procurement Small Value Procurement- 53.9 Above 50k Approved Budget For The Contract (abc) One Hundred Seventy Five Thousand Pesos Only (php 175,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before April 28, 2025, 10:00 Am. Delivery Schedule Delivery Of Goods/items Shall Be Within Ten To Fifteen (10-15) Working Days Upon Receipt Of The Approved Purchase Order. The Minimum Technical Specifications Are As Follows: Description And Minimum Specifications Item No. Qty Unit Description, & Minimum Specifications 1 2 Pc Multifunction Printer Auto 2-sided (duplex) Printing, 20 Sheets Auto-document Feeder (adf), 1 Line Lcd A4 Print Speed Up To 17 Ipm (black)/ 16.5 Ipm (colour) Wifi, Airprint, Mopria, Wifi Direct, Usb 2.0 Full Ink Bottles Included. Yield Up To 7500/5000 Pages (black/colour) 2 1 Pc Dslr Camera Eos R100 (rf-s18-45mm F/4.5-6.3 Is Stm) Built-in Flash Dimension: 116.3x85.5x103.3 Megapixels: 24.1 Optical Zoom: 2.5x Peripheral Connections: Usb Type-c Processor Type: Digic 8 Standard Power Supply: Lp-e17 Image Format: Jpeg, Raw, C-raw Af Modes: One-shot Af,servo Af/ Movie Servo Af Digital Zoom: Digital Tele- Converter X 2.0 & X 4.0 4k 30p (6k Oversampled) & Fhd 120p Drive System: Leadscrew-type Stm Movie Format: Mp4 Color: Black Lcd Monitor Size: 3.0 Memory Card Type: Single Card Slot- Sd, Sdhc, Sdxc 3 1 Pc Dslr Camera Memory Card 512 Gb;sdxc Uhs I- Standard 4 1 Pc Portable Aluminusm Camera Tripod With 3-way Pan Tilt Head Up To 5kg Load 5 1 Pc Deskjet Ink Advantage All-in-one Printer Advantage 2875 Dynamic Security Enabled Printer Print, Color Black, Wireless And Usb Printer For A4 And Legal 6 1 Pc Projector White Screen With Stand 5ft X 6ft 7 2 Pc Wired Mouse Colored: Black 8 7 Pc Usb Computer Headset With Noise Cancelling Mic H: 7.09 In (180 Mm), W: 9.65 In (245 Mm) Weight : 4.23 Oz (120 G), Cable Length: 5.9 Ft (1.8m) Microphone Type : Bi- Directional, Input Impedance: 20 Ohms 10 10 Pc Flash Drive, 32gb 11 1 Pc Desktop Document Scanner Imageformula Dr-f120 Versatile 2-way Scanning Wireless; Scan Size: A4 And Legal; 20ppm (simplex) And 36 Ipm (duplex) 12 2 Pc Laptop Charger Acer Travelmate P246 Input: Ac 100-240v Power: 90w Max (compatible With 3.42a) Connector Size: 90w Max 13 2 Pc Wifi 6 Router With 4 Anthena Wi-fi 6 Technology High Wifi Capacity Dual-band 14 2 Roll Tapes For Mounting And Fastening 24mmx2m - Indoor 15 100 Pc Rj45 Connectors 16 1 Roll/box Cat6 Outdoor Cable Color: Black Length: 305meters Per Roll Conductor Type: Solid Cat 6 High-performance Network Cable. 17 1 Pc Long Nose Pliers Measurements: 8in. Carbon Steel Drop Forged For Durability Slip Resistant Bi-material Handle For Comfortable Grip Long Nose For Use In Tight Spaces 18 1 Pc Standard Flathead Screwdriver Size: 6.5mm X 250mm Magnetic Tip Cushion Grip For Comfort And Stability 19 1 Pc Philips Screwdriver 250mm Magnetic Tip Cushion Grip For Comfort And Stability 20 5 Pc Extension Cord Set With Magnet And Switch 5-gang Universal 21 10 Pc Adaptor 22 2 Pc Extreme Portable External Solid State Drive 1tb Fast Nvme Solid State Performance In A Portable, High-capacity Drive Interface: Usb 3.2 Gen 2 Connector: Usb-c Weight: 52gms Dimensions (l X W X H): 9.6mm X 52.55mm X 100.8mm Terms And Conditions: 1. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 2. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 3. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit. 4. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Latest Income/ Business Tax Return And Bir Registration D. Signed Omnibus Sworn Statement (oss); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government Issued Identification Card Of Both Signatories. E. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements And Photo Sample Of The Items Through Personal Delivery, And In A Sealed Envelope, To The General Service Section At The Dhsud Region 4a Office Located In Dencris Business Center, Brgy. Halang Calamba City, Or Through Electronic Mail At Celia.miraflor@dhsud.gov.ph Or Karen.bayno@dhsud.gov.ph The Dhsud Ro-4a Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation (scrq/lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Ro-4a Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement And The Property Officer Of The General Services Section At Mobile Numbers 0956-5764503 And 0918-5640074, Respectively. Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Reply Slip Procurement: Request For Quotation No.: _______________ Date Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Department Of Human Settlements And Urban Development Ro-4a Dencris Business Center, National Highway, Halang Calamba City, Province Of Laguna Dear Ms. Medina: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development Ro-4a, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company: ____________________________________________ Name Of Authorized Representative: _______________________________ Designation/position: ____________________________________________ Address: _____________________________________________________ Telephone No./mobile No.: _______________________________________ Email Address: ________________________________________________ Philgeps Registration No. : ______________________________________ Landbank Account No.: _________________________________________ If With Ada, Kindly Indicate The Landbank Account Name And Account Number; If None, Please Indicate To Whom Checks Should Be Made Payable To : _____________________________________ Tin: __________________________ Vat-registered: Vat󠄀 ( ) Non-vat ( ) Signature: ___________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of 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 Execute The Ensuing Contract For [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 In Compliance 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 Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto 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]

Department Of Human Settlements And Urban Development - DHSUD Tender

Publishing and Printing
Philippines
Closing Date13 May 2025
Tender AmountPHP 175 K (USD 3.1 K)
Details: Description The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 05.021s.2025 Procurement Activity Supply And Delivery Of Ict Equipment Mode Of Procurement Small Value Procurement- 53.9 Above 50k Approved Budget For The Contract (abc) One Hundred Seventy Five Thousand Pesos Only (php 175,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before May 13, 2025, 10:00 Am. Delivery Schedule Delivery Of Goods/items Shall Be Within Ten To Fifteen (10-15) Working Days Upon Receipt Of The Approved Purchase Order. The Minimum Technical Specifications Are As Follows: Description And Minimum Specifications Item No. Qty Unit Description, & Minimum Specifications 1 2 Pc Multifunction Printer Auto 2-sided (duplex) Printing, 20 Sheets Auto-document Feeder (adf), 1 Line Lcd A4 Print Speed Up To 17 Ipm (black)/ 16.5 Ipm (colour) Wifi, Airprint, Mopria, Wifi Direct, Usb 2.0 Full Ink Bottles Included. Yield Up To 7500/5000 Pages (black/colour) 2 1 Pc Dslr Camera Eos R100 (rf-s18-45mm F/4.5-6.3 Is Stm) Built-in Flash Dimension: 116.3x85.5x103.3 Megapixels: 24.1 Optical Zoom: 2.5x Peripheral Connections: Usb Type-c Processor Type: Digic 8 Standard Power Supply: Lp-e17 Image Format: Jpeg, Raw, C-raw Af Modes: One-shot Af,servo Af/ Movie Servo Af Digital Zoom: Digital Tele- Converter X 2.0 & X 4.0 4k 30p (6k Oversampled) & Fhd 120p Drive System: Leadscrew-type Stm Movie Format: Mp4 Color: Black Lcd Monitor Size: 3.0 Memory Card Type: Single Card Slot- Sd, Sdhc, Sdxc 3 1 Pc Dslr Camera Memory Card 512 Gb;sdxc Uhs I- Standard 4 1 Pc Portable Aluminusm Camera Tripod With 3-way Pan Tilt Head Up To 5kg Load 5 1 Pc Deskjet Ink Advantage All-in-one Printer Advantage 2875 Dynamic Security Enabled Printer Print, Color Black, Wireless And Usb Printer For A4 And Legal 6 1 Pc Projector White Screen With Stand 5ft X 6ft 7 2 Pc Wired Mouse Colored: Black 8 7 Pc Usb Computer Headset With Noise Cancelling Mic H: 7.09 In (180 Mm), W: 9.65 In (245 Mm) Weight : 4.23 Oz (120 G), Cable Length: 5.9 Ft (1.8m) Microphone Type : Bi- Directional, Input Impedance: 20 Ohms 10 10 Pc Flash Drive, 32gb 11 1 Pc Desktop Document Scanner Imageformula Dr-f120 Versatile 2-way Scanning Wireless; Scan Size: A4 And Legal; 20ppm (simplex) And 36 Ipm (duplex) 12 2 Pc Laptop Charger Acer Travelmate P246 Input: Ac 100-240v Power: 90w Max (compatible With 3.42a) Connector Size: 90w Max 13 2 Pc Wifi 6 Router With 4 Anthena Wi-fi 6 Technology High Wifi Capacity Dual-band 14 2 Roll Tapes For Mounting And Fastening 24mmx2m - Indoor 15 100 Pc Rj45 Connectors 16 1 Roll/box Cat6 Outdoor Cable Color: Black Length: 305meters Per Roll Conductor Type: Solid Cat 6 High-performance Network Cable. 17 1 Pc Long Nose Pliers Measurements: 8in. Carbon Steel Drop Forged For Durability Slip Resistant Bi-material Handle For Comfortable Grip Long Nose For Use In Tight Spaces 18 1 Pc Standard Flathead Screwdriver Size: 6.5mm X 250mm Magnetic Tip Cushion Grip For Comfort And Stability 19 1 Pc Philips Screwdriver 250mm Magnetic Tip Cushion Grip For Comfort And Stability 20 5 Pc Extension Cord Set With Magnet And Switch 5-gang Universal 21 10 Pc Adaptor 22 2 Pc Extreme Portable External Solid State Drive 1tb Fast Nvme Solid State Performance In A Portable, High-capacity Drive Interface: Usb 3.2 Gen 2 Connector: Usb-c Weight: 52gms Dimensions (l X W X H): 9.6mm X 52.55mm X 100.8mm Terms And Conditions: 1. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 2. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 3. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development Ro-4a (dhsud Ro-4a) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit. 4. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Latest Income/ Business Tax Return And Bir Registration D. Signed Omnibus Sworn Statement (oss); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government Issued Identification Card Of Both Signatories. E. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements And Photo Sample Of The Items Through Personal Delivery, And In A Sealed Envelope, To The General Service Section At The Dhsud Region 4a Office Located In Dencris Business Center, Brgy. Halang Calamba City, Or Through Electronic Mail At Celia.miraflor@dhsud.gov.ph Or Karen.bayno@dhsud.gov.ph The Dhsud Ro-4a Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation (scrq/lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Ro-4a Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement And The Property Officer Of The General Services Section At Mobile Numbers 0956-5764503 And 0918-5640074, Respectively. Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Reply Slip Procurement: Request For Quotation No.: _______________ Date Enp. Maria Lourdes O. Medina Oic-admin And Finance Division Department Of Human Settlements And Urban Development Ro-4a Dencris Business Center, National Highway, Halang Calamba City, Province Of Laguna Dear Ms. Medina: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development Ro-4a, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company: ____________________________________________ Name Of Authorized Representative: _______________________________ Designation/position: ____________________________________________ Address: _____________________________________________________ Telephone No./mobile No.: _______________________________________ Email Address: ________________________________________________ Philgeps Registration No. : ______________________________________ Landbank Account No.: _________________________________________ If With Ada, Kindly Indicate The Landbank Account Name And Account Number; If None, Please Indicate To Whom Checks Should Be Made Payable To : _____________________________________ Tin: __________________________ Vat-registered: Vat󠄀 ( ) Non-vat ( ) Signature: ___________________________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of 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 Execute The Ensuing Contract For [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 In Compliance 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 Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto 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]

SCHOOLS DIVISION OFFICE QUEZON CITY Tender

Others...+1Electrical and Electronics
Philippines
Closing Date11 Mar 2025
Tender AmountPHP 221.6 K (USD 3.8 K)
Details: Description 1. 28-port Gigabit Easy Smart Switch With 24-port Poe+ - 2 Units Specifications: Standards And Protocols *ieee 802.3, Ieee 802.3u, Ieee 802.3ab, Ieee 802.3x *ieee 802.3af, Ieee 802.3at, Ieee 802.1q, Ieee 802.1p Interface 26 10/100/1000 Mbps Rj45 Ports 2 Gigabit Sfp Ports Network Media *10base-t: Utp Category 3,4,5 Cable (maximum 100m) *eia/tia-568 100ωstp (maximum 100m) *100base-tx: Utp Category 5, 5e Cable ( Maximum 100m) *eia/tia-568 100ωstp (maximum 100m) *1000base-t: Utp Category 5,5e, 6 Or Above Cable (maximum 100m) *eia/tia-568 100ωstp (maximum 100m) 1000base-x Mmf, Smf Fan Quantity *2 Fans Physical Security Look *yes Power Supply *100-240v Ac, 50/60 Hz Poe + Ports (rj45) *standard: 802.3at/802.3af Compliant Poe + Ports: 24 Ports Power Supply: 250 W Dimensions ( W X D X H) *17.3 X 8.7 X 1.73 In ( 440 X 220 X 44 Mm) Mounting *rack Mountable Max Power Consumption *27 W (220/50hz. No. Pd Connected) *304.7 (220/50hz. With 250 W Pd Connected) Max Heat Dissipation 92.07 Btu/h (no Pd Connected) 1039.03 Btu/h (with 250 W Pd Connected) Performance Switching Capacity *56 Gbps Packet Forwarding Rate * 41.7 Mbps Mac Address Table *8k Packet Buffer Memory 4.1 Mbit Jumbo Frame 9 Kb Software Features Quality Of Services *support Port-based 802.1p/dscp Priority *support 4 Priority Queues *rate Limit *storm Control L2 Features Igmp Snooping V1/v2/v3 Static Link Aggregation Port Mirroring Cable Diagnostics Loop Prevention Poe Auto Recovery Vlan *support Up To 32 Vlans Simultaneously (out Of 4k Vlan Ids) *mtu/port/tag Vlan Management *web-based Gui *easy Smart Configuration Utility Transmission Method *store-and-forward Others Certification *ce,fcc, Rohs Package Contents *tl-sg1428pe *power Cord *installation Guide *rackmount Kit *rubber Feet Environment *operating Temperature: 0°c-50°c (32f°-122°f) *storage Temperature : -40°c-70°c (-40°f-158°f) *operating Humidity : 10%-90% Non-condensing *storage Humidity: 5%-90% Non-condensing ------------------------------------------------------------------------------------------------------------------------ 2. Gigabit Vpn Router - 2 Units Specifications Access Control *source/destination Ip Based Access Control Filtering *web Group Filtering§ *url Filtering *web Security§ Arp Inspection *sending Garp Packets§ *arp Scanning§ *ip-mac Binding Attack Defense *tcp/udp/icmp Flood Defense *block Tcp Scan (stealth Fin/xmas/null) *block Ping From Wan Hardware Features Standards And Protocols *ieee 802.3, Ieee802.3u,ieee802.3ab,ieee802.3z, Ieee802.3x, Ieee 802.1q *tcp/ip, Dhcp,icmp,nat,pppoe,ntp,http, Https, Dns,ipsec, Pptp, L2tp,snmp, Wireguard Vpn Interface *1 Gigabit Sfp Wan Port *1 Gigabit Wan Port *2 Gigabit Lan/wan Ports *2 Gigabit Lan Ports Network Media *10base-t: Utp Category 3,4,5 Cable (max 100 M) Eia/tia 568 100ωstp (max 100m) *100base-tx: Utp Category 5,5e Cable (max 100m) Eia/tia-568 100ωstp (max 100m) *1000base-t: Utp Category 5, 5e, 6 Cable (max 100m) Fan Quantity *fanless Button *reset Button Power Supply 100-240 Vac, 50/60hz Poe Budget - Flash * 4mb Spi + 128mb Nand Dram *512mb Led *pwr,sys,sfp Wan, Wan (speed, Link/act), Lan (speed Link/act) Dimensions ( Wxdxh) *8.9 X 5.2 X 1.4 In (226 X 131 X 35 Mm) Protection *4 Kv Surge Protection Enclosure *steel Mounting *desktop Max Power Consumption *8.95w Performance Ips Throughput *tcp: 200mbps; *udp: 150mbps; Dpi Throughput *tcp: 931mbps; *udp: 902mbps; Wireguard Vpn *177.2 Mbps Concurrent Session *150,000 New Sessions/second *4,500 Nat (static Ip) *930.5mbps/937.3mbps Nat(dhcp) *932.5mbps/936.7mbps Nat (pppoe) *913.2mbps/937.4mbps Nat (l2tp) *876.4mbps/917.7mbps Nat (pptp) *859.7mbps/915.5mbps 64 Byte Packet Forwarding Rate : - Ipsec Vpn Throughput *aes128: 217.0mbps Open Vpn *34.2 Mbps L2tp Vpn Throughput *unencrypted: 1416.5mbps *encrypted: 248.5mbps Ppt Vpn Throughput *unencrypted: 1645.5mbps *encrypted: 139.6mbps Ssl Vpn Throughput: - 66 Byte Packet Forwarding Rate *268,895 Pps/268,895pps 1,518 Byte Packet Forwarding Rate *81, 274 Pps/81, 274 Pps Basic Function Wan Connection Type *static Ip *dynamic Ip *pppoe (support Mru Configuration) *pptp *l2tp Mac Clone *modify Wan/lan Mac Address Dhcp *dhcp Server *dhcpv6 Pd Server (only In Standalone Mode) *dhcp Options Customization *dhcp Address Reservations *multi-ip Interfaces *multi-net Dhcp Ipv6 *staticip/slaac/dhcpv6/pppoe/6to4tunnel/passthrough/non- Address Mode Vlan *802.1qvlan Iptv *igmp V2/v3 Proxy, Custom Mode, Bridge Mode Advanced Functions Acl *ip/port/protocol/domain Name Filtering Advanced Routing *static Routing *policy Routing *rip§ *ospf§ Bandwidth Control *ip-based Bandwidth Control Load Balance *intelligent Load Balance *application Optimized Routing *link Backup (timing, Failover) *online Detection Nat *one-to-one Nat *multi-net Nat *port Forwarding *port Triggering§ *nat-dmz *ftp/h.323/sip/ipsec/pptp Alg *upnp Session Limit *ip-based Session Limit Vpn Ssl Vpn Ipsec Vpn *100ip Sec Vpn Tunnels *lan-to-lan, Client-to-lan *main, Aggressive, Negotiation Mode *des, 3des, Aes128,aes192,aes256 Encryption Algorithm *ipsec Failover *ike V1/v2 *md5, Sha 1, Sha2-384 And Sha2-512 Authentication Algorithm *nat Traversal (nat-t) *dead Peer Detection (dpd) *perfect Forward Secrecy (pfs) Pptp Vpn *pptp Vpn Server *pptp Vpn Client (10) ‡ *50 Tunnels *pptp With Mppe Encryption L2tp Vpn *l2tp Vpn Server *l2tp Vpn Client (10)‡ *50 Tunnels *l2tp Over Ipsec Open Vpn *open Vpn Server * Open Vpn Client ( 10) ‡ *50 Openvpn Tunnels *"certificate + Account " Mode *full Mode Wireguard Vpn *20 Tunnels Authentication Web Authentication *no Authentication *simple Password * *hotspot (local User/voucher*/sms*/radius* *external Radius Sever *external Portal Sever* *ldap§ Management Omada App *yes. Requiring The Use Of Oc300,oc200, Omada Cloud Based Controller Or Omada Software Controller Centralized Management *omada Cloud-based Controller *omada Hardware Controller (oc300) *omada Hardware Controller (oc200) *omada Software Controller Cloud Access * Yes. Requiring The Use Of Oc300,oc200, Omada Cloud-based Controller, Or Omada Software Controller Service *dynamic Dns (dyndns, No-ip, Peanuthull, Comexe, Ddns Customization Maintenance *web Management Interface *remote Management *export & Import Configuration *snmp V1/v2c/v3 *diagnostics (ping & Traceroute)§ *ntp Synchronize§ *port Mirroring *cli (only Standalonw Mode) *syslog Support Zero-touch Provisioning *yes. Requiring The Use Of Omada Cloud-based Controller Management Features *automatic Device Discovery *intelligent Network Monitoring *abnormal Event Warnings *unified Configuration *reboot Schedule *captive Portal Configuration Others Certification *ce,fcc,rohs Package Contents *er7206(tl-er7206) *power Cord *quick Installation Guide System Requirements *microsoft Windows 98se,nt,2000,xp, Vista ™ Or Windows 7/8/8.1/10 Mac Os, Netware, Unix Or Linux Environment *operating Temperature: 0°c-40°c (32f°-104°f) *storage Temperature : -40°c-70°c (-40°f-158°f) *operating Humidity : 10%-90% Non-condensing *storage Humidity: 5%-90% Non-condensing ----------------------------------------------------------------------------------------------------------------------------- 3. High Density Multi-gigabit Ceiling Mount Wi-fi 6 Access Point (ax3600) - 6 Units Ultra-fast Wi-fi 6 Speeds: Simultaneous 1148 Mbps On 2.4 Ghz And 2402 Mbps On 5 Ghz Totals 3550 Mbps Wi-fi Speeds High-density Connectivity: 4x Increased Capacity To Connect More Devices Simultaneously.‡ Integrated Into Omada Sdn: Zero-touch Provisioning (ztp)§, Centralized Cloud Management, And Intelligent Monitoring Centralized Management: Cloud Access And Omada App For Ultra Convenience And Easy Management 2.5g Port: A 2.5 Gbps Ethernet Port Boosts Total Internet Throughput. Seamless Roaming: Even Video Streams And Voice Calls Are Unaffected As Users Move Between Locations Poe+ Supports: Support Power Over Ethernet (802.3at) For Convenient Deployment And Installation Secure Guest Network: Along With Multiple Authentication Options (sms/facebook Wi-fi/ Voucher, Etc.) And Abundant Wireless Security Technologies --------------------------------------------------------------------------------------------------------------------------- 4. 305m D-link Cat6 24awg Utp Cable Pure Copper - 3 Box Guage Size: 25awg Category: 6 Cat6 Length: 305meters/1000ft Solid Pure Copper ---------------------------------------------------------------------------------------------------------------------------- 5. Rj45 Coupler Ethernet Cable Lan Connector - 18 Pcs ---------------------------------------------------------------------------------------------------------------------------- 6. Wireless Keyboard And Mouse Combo - 2 Set *long Range Wireless *fast, Reliable Connection Up To 100-meters With Virtually No Delays Or Dropouts. *on-the-go Mouse *take This Compact Mouse Anywhere Your Computer Goes *long Battery Life *go For Months Without Changing Batteries. On/off Switches Help Conserve Battery Use. *advanced 2.4 Ghz Wireless *work Or Play In More Places. The Wireless Connection Virtually Eliminates Delays, Dropouts And Interference And Gives You A Range Up To 10-meters Range. *compact Mouse *take The Mouse With You. This Comfortable Mouse Fits Easily Into Computer Bags And Pocket To Travel With Your Computer *extended Battery Life * A 36-month Keyboard And 12-month Mouse Battery Life-plus On/off Switches-means You Can Go For Months Without The Hassle Of Changing Batteries *eight Shortcut Keys *instant Access To Media Controls-movies,music, Internet, E-mail,play/ Pause, Volume And More-are One Touch Away *full-size Keyboard *the Full-size Keyboard With Number Pad,directional Keys,and Nine F-keys Is Comfortable, Convenient And Built To Last. --------------------------------------------------------------------------------------------------------------------------- 7. Starlink Mini - 1 Set Package Weight *6.73kg (14.83lbs) Package Dimension *430 X 334 X 79mm (16.92 X 13.14 X 3.11in) Antenna *electronic Phased Array Field Of View *110° Orientation *software Assisted Manual Orienting Weight *1.10kg (2.43lb) *1.16kg (2.56lb) With Kickstand *1.53kg (3.37lb) With Kickstand & 15m Cable Environmental Rating *ip67 Type 4 With Dc Power Cable And Starlink Plug/cable Installed Operating Temperature *-30°c To 50°c (-22°f To 122°f) Wind Speed *operational: 96kph+ (60mph+) Snow Melt Capability *up To 25mm/hour (1 In/hour) Power Consumption *average: 25-40w Input Rating *12-48v 60w (12v Short Starlink Cable Coming Soon In Shop) Usb Pd Requirement *100w,20v/5a Minimum (with Starlink Usb-c To Barrel Jack Cable Accessory Wi-fi Technology *802.11a/b/g/n/ac Generation *wi-fi 5 Radio *dual Band 3x3 Mu-mimo Ethernet Ports *one (1) Latching Ethernet Lan Port With Starlink Plug Coverage *up To 11 M² (1,200 Ft²) Security *wpa2 Power Indicator *led/rear Face Plate,lower Left Corner Mesh Compatibility *compatible With All Starlink Mesh Systems *not Compatible With 3rd Party Mesh Systems Devices *connect Up To 128 Devices

National Irrigation Administration Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Closing Date15 Apr 2025
Tender AmountPHP 1.2 Million (USD 21.5 K)
Details: Description Invitation To Bid For Supply & Delivery Of Ict Equipment For The Use Of Nia-regional Office (cob) The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-cob-085 (goods) Project Name : Ict Equipment For The Use Of Nia-regional Office (cob) Contract Location : Balintawak, Pagadian City Scope Of Works : Supply & Delivery Of Ict Equipment Approved Budget For The Contract (abc) : Php 1,233,135.25 Contract Duration : 60 Calendar Days Amount Of Bidding Documents : Php 5,000.00 The Nia – Ro9 Bac Is Conducting A Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 25% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : March 27 – April 15, 2025 At 8:30 Am Pre-bid Conference : April 3, 2025 At 1:00 Pm Submission Of Bids : April 15, 2025 At 8:30 Am Opening Of Bids : April 15, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting March 27 – April 15, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 02 April 2025 At 1:00 Pm At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 14 April 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/hft-xsqh-ejo Opening Of Bids : Https://meet.google.com/qtx-trij-kwu Item No. Description Quantity Unit Total Delivered, Weeks/months 1 Binding Machine, Heavy Duty 3 Unit 3 2 Months 2 High Performance Laptop Computer 1 Unit 1 2 Months 3 High Performance All-in-one Computer 1 Unit 1 2 Months 4 Mouse, Silent Reliable Bluetooth Wireless 3 Unit 3 1 Month 5 A3 Black And White Multifunction Printer 1 Unit 1 2 Months 6 Voice Recorder 3 Unit 3 1 Month 7 Wifi Adapter 5 Unit 5 1 Month 8 Computer Laptop 3 Unit 3 2 Months 9 Computer Laptop 3 Unit 3 2 Months 10 Ups W/avr 4 Unit 4 1 Month 11 Computer Monitor 1 Unit 1 2 Months 12 All In One Ink Tank Printer 1 Unit 1 2 Months 13 Usb Wired Mouse 10 Unit 10 1 Month 14 Ups, 650va, 3socket 1 Unit 1 1 Month 15 Flash Drive 5 Unit 5 1 Month 16 Computer Mouse, Wireless 8 Unit 8 2 Months 17 Roller Assembly Kit (for Epson Ds-970) 1 Unit 1 2 Months 18 Printing Calculator 1 Unit 1 2 Months 19 All-in-one Pc 3 Unit 3 2 Months 20 Printer, All-in-one, Inkjet 4 Unit 4 2 Months 21 External Hard Drive, 1 Tb 1 Unit 1 1 Month 22 Laptop Mid-range 5 Unit 5 2 Months Technical Specifications Item Specification Statement Of Compliance [bidders Must State Here Either “comply” Or “not Comply” Against Each Of The Individual Parameters Of Each Specification Stating The Corresponding Performance Parameter Of The Equipment Offered. Statements Of “comply” Or “not Comply” Must Be Supported By Evidence In A Bidders Bid And Cross-referenced To That Evidence. Evidence Shall Be In The Form Of Manufacturer’s Un-amended Sales Literature, Unconditional Statements Of Specification And Compliance Issued By The Manufacturer, Samples, Independent Test Data Etc., As Appropriate. A Statement That Is Not Supported By Evidence Or Is Subsequently Found To Be Contradicted By The Evidence Presented Will Render The Bid Under Evaluation Liable For Rejection. A Statement Either In The Bidder's Statement Of Compliance Or The Supporting Evidence That Is Found To Be False Either During Bid Evaluation, Post-qualification Or The Execution Of The Contract May Be Regarded As Fraudulent And Render The Bidder Or Supplier Liable For Prosecution Subject To The Applicable Laws And Issuances.] 1 Binding Machine, Heavy Duty Specifications: Binding Capacity: Max Binding Comb Size: 51mm Max Document (80g/20lbs): Approx. 500 Sheets Paper Sheets: 70-80g/20lbs 30 Sheets Transparent Covers: 100-200 Micron / 4-8 Mil. 2 Sheets 200+ Micron / 8+ Mil. 1 Sheet" Paper Dimension: A4, A5, Us Letter, Long Punching Slots: 25 Releasable Dies: 25 Dies (1-25) Waste Tray Capacity: Approx. 1800 Sheets Net Weight: 21kg Dimensions (wxdxh): 53x49x35cm 2 High Performance Laptop Computer Specifications: Processor: Amd Ryzen 7 8845hs Operating System: Windows 11 Home (license) Graphics: Nvidia Geforce Rtx 4060 8gb Gddr6 Powered By Nvidia Dlss 3, Ultra-efficient Ada Lovelace Arch, And Max-q Technologies Display: 15.6" Full Hd (1920x1080), 144 Hz Refresh Rate, Ips-level Panel Memory: 16gb 2x8gb Ddr5 4800 Network: Amd Wi-fi 6e Rz616 Keyboard: 99 Key 4 Zone Rgb With Numpad Thickness And Weight: 24.9mm, 2.25kg Storage: 512gb Nvme Pcie Ssd Accessories: Laptop Bagpack, Wireless Mouse, Mousepad Software: Microsoft Office Home And Student 2021 (license) 3 High Performance All-in-one Computer Specifications: Processor: Intel® Core I5-13420h Graphics: Integrated Intel® Uhd Graphics Chipset: Intel® Soc Platform Memory: 16 Gb (2 X 8gb So-dimm Ddr5-5200) Storage: 1tb Ssd M.2 2280 Pcie® 4.0x4 Nvme® Audio Chip: High Definition (hd) Audio, Realtek® Alc233-cg Codec Speaker: 3wx2, Harman Camera: 5.0mp + Ir Microphone: Dual Microphone Display: 23.8inch Fhd (1920x1080) Ips Anti-glare 250nits Keyboard: Wireless Eos Keyboard, Cloud Grey, English Mouse: Wireless Eos Mouse, Cloud Grey Stand: Aio Stand Form Factor: Aio (23.8 Inches) Dimensions (wxdxh) 540 X 192 X 431 Mm (21.25 X 7.56 X 16.97 Inches) Weight Around 6.0 Kg (13.23 Lbs) Ethernet: Integrated 100/1000m Wlan + Bluetooth Wi-fi® 6, 802.11ax 2x2 + Bt5.2 Rear Ports: 1x Usb-a (usb 10gbps / Usb 3.2 Gen 2); 2x Usb-a (hi-speed Usb / Usb 2.0); 1x Hdmi®-in 1.4; 1x Hdmi®-out 2.1 Tmds; 1x Ethernet (rj-45); 1x Power Connector; 1x Usb-c® (usb 10gbps / Usb 3.2 Gen 2), Data Transfer Only; 1x Headphone / Microphone Combo Jack (3.5mm) Operating System: Windows® 11 Home Single Language, English (licensed) Bundled Software Ms Office Home & Student 2021 (licensed) Additional Accessories: Ups 1000va-600w, 4-outlet, Avr/surge Protect; 4-port Usb Hub 3.0 With 100/150cm Data Cable 4 Mouse, Silent Reliable Bluetooth Wireless 5 A3 Black And White Multifunction Printer Specifications: Functions: Copy, Print, Scan Operation Panel: 4-line Lcd Standard Input Capacity (sheets): 350 Maximum Input Capacity (sheets): 1,350 Standard Output Capacity (sheets): 250 Maximum Output Capacity (sheets): 250 Paper Input Configuration - Standard: 250-sheet Paper Input Tray, 100-sheet Bypass Tray, Duplex Unit, 50-sheet Ardf Paper Output Configuration - Standard: 250-sheet Face-down Output Tray Maximum Paper Size: A3 Media Weight (g/m2): 52–216 Interfaces - Standard: Usb 2.0 Interfaces - Optional: 10base-t/100base-tx (ethernet)—available With Optional Ddst Unit Type M16 Copy Speed: 20 Cpm—a4 Lef First Copy Time: 10 Seconds Or Less—a4 Lef, Tray 1 Copy Resolution: 300 X 600 Dpi—standard Mode, 600 X 600 Dpi—fine Mode Zoom Range: 50%–200% Print Speed Black And White: 20 Ppm Print Resolution: 600 X 600 Dpi Printer Drivers: Ddst (gdi)—optional Ddst Unit Type M16 Is Required For Network Printing And Scanning Scan Speed: 200 Dpi, A4, 15 Ipm—black And White, 6 Ipm—colour Scan Resolution: 100 X 100 Dpi, 150 X 150 Dpi, 200 X 200 Dpi, 300 X 300 Dpi, 600 X 600 Dpi; Default 200 X 200 Dpi Power Saving Mode: 1 Minute Shift Time—energy Saver Mode (sleep Mode), 30 Seconds Shift Time—low Power Mode 6 Voice Recorder Specifications: Battery Type: Dry Battery Battery Type (provided): Aaa X2 Built-in Memory: 4gb Built-in Microphone: Stereo Calendar Search: Yes Lcd Backlight: No Maximum Files Per Folder: 199 Maximum Files (total): 5000 Menu Language: German/english/spanish/french/italian/russian/turkish/korean/ Simplified Chinese/traditional Chinese Pc Connectivity: Yes Playback Format: Mp3/wma/aac-lc/l-pcm Recording Format: Mp3/l-pcm Usb Connection Charging: No Dimensions (w X H X D): 38.3 X 114.1 X 19.3 Mm (1.51 X 4.50 X 0.76 Inches) Weight: 74 G (2.7 Oz) 7 Wifi Adapter Specifications: Wireless Standards: Ieee 802.11ax/ac/n/a 5 Ghz, Ieee 802.11ax/n/g/b 2.4 Ghz, Bluetooth 5.2 Wlan Signal Rate: 5 Ghz: 11ax: Up To 1201 Mbps(dynamic), 11ac: Up To 867 Mbps(dynamic), 11n: Up To 300 Mbps (dynamic), 11a: Up To 54 Mbps(dynamic) 2.4 Ghz: 11ax: Up To 574 Mbps(dynamic), 11n: Up To 300 Mbps(dynamic), 11g: Up To 54 Mbps (dynamic), 11b: Up To 11 Mbps(dynamic) Wlan Transmit Power: 5 Ghz : 27dbm(fcc) / 23dbm(ce) (eirp), 2.4 Ghz : 25dbm(fcc) / 20dbm(ce) (eirp) Wlan Modes: Infrastructure Mode Wireless Security: Support 64/128 Bit Wep, Wpa/wap2/wpa3, Wpa-psk/wpa2-psk, 802.1x Modulation Technology: Dbpsk, Dqpsk, Cck, Ofdm, 16-qam, 64-qam, 256-qam, 1024qam Certification: Ce, Fcc, Rohs Package Contents: Pcie Adapter, Two High-gain Dual Band Antennas, Low-profile Bracket Bluetooth Header Cable, Quick Installation Guide, Resource Cd System Requirements: Windows 11/10(64-bit) Only Dimensions: 4.76 × 3.09 × 0.82 In Antenna Type: Two High-gain Dual Band Antennas Chipset: Realtek Wi-fi 6 Chipset Ax1800 8 Computer Laptop Specifications: Operating System: Windows 11 Home Processor: Amd Ryzen™ 7 7730u Chipset: Amd Integrated Soc Graphics: Integrated, Amd Radeon™ Graphics Memory: 16 Gb Ddr4-3200 Mhz Ram (2 X 8 Gb, Transfer Rates Up To 3200 Mt/s) Internal Storage: 512 Gb Pcie® Nvme™ M.2 Ssd Display: 15.6" Diagonal, Fhd (1920 X 1080), Micro-edge, Anti-glare, 250 Nits, 45% Ntsc Touchscreen: No Flicker-free: Yes Minimum Dimensions (w X D X H): 36.02 X 23.4 X 1.79 Cm Weight: 1.75 Kg Battery Type: 3-cell, 41 Wh Li-ion Wireless: Realtek Wi-fi 6 (2x2) And Bluetooth® 5.3 Wireless Card Keyboard: Full-size, Backlit, Cloud Blue Keyboard With Numeric Keypad Camera: 720p Hd Camera With Temporal Noise Reduction And Integrated Dual Array Digital Microphones Audio: Audio By B&o; Dual Speakers Ports: 1 Usb Type-c® 10gbps Signaling; 2 Usb Type-a 5gbps Signaling Rate; 1 Hdmi 2.1; 1 Ac Smart Pin; 1 Headphone/microphone Combo Power Supply Type: 45 W Smart Ac Power Adapter Accessories: Laptop Bag, Mouse And Mousepad 9 Computer Laptop Specifications: Processor: Intel® Core™ I5-8250u 1.60 Gh Processor (6m Cache, Up To 3.40 Ghz) Operating System: Windows 10 Home Chipset: Integrated Intel® Cpu Memory: 8gb Onboard Memory Display: 13.3" (16:9) Led Backlit Fhd (1920x1080) 60hz Anti-glare Panel With 72% Ntsc With 178˚ Wide-viewing Angle Display Support Splendid Technology With Wideview Technology Graphic:integrated Intel Uhd Graphics Storage: 256gb Ssd Keyboard: Illuminated Chiclet Keyboard Webcam: Vga Web Camera Networking: Wi-fi Integrated 802.11 Ac (2x2) Bluetooth: Built-in Bluetooth V4.2 Interface: 2 X Type A Usb3.1 (gen1) 1 X Type C Usb3.0 (usb3.1 Gen1)1 X Hdmi, Support Hdmi 1.4 1 X Micro Sd Card 1 X Audio Jack Combo Audio: Built-in Stereo 1 W Speakers And Array Microphone Support Windows 10 Cortana With Voice Sonicmaster Technology Harman Kardon Battery: 50 Whrs Polymer Battery Power Adapter: Plug Type :ø4 (mm) Output: 19 V Dc, 2.37 A,45 W Input: 100 -240 V Ac, 50/60 Hz Universal 3/ 2 Pin Compact Power Supply System Dimensions: 310 X 216 X 13.9 Mm (wxdxh) Weight: 1.1 Kg With Battery 10 Ups W/avr 11 Computer Monitor Specifications: Display Size (diagonal)” 23.8" Display Size (diagonal): 60.5 Cm (23.8") Panel Technology: Ips; Lcd Native Resolution: Fhd (1920 X 1080) 1 2 Display Ports: 1 X Displayport™ 1.4; 2 X Hdmi 2.0 Audio Port: 1 X 3.5 Mm Audio Jack (audio Out) Dimensions With Stand (w X D X H): 53.94 X 19.83 X 46.53 Cm Package Dimensions (w X D X H): 59.5 X 16.4 X 40.7 Cm Weight: 6.35 Kg (with Stand) Package Weight: 9.33 Kg Screen Treatment: Anti-glare Backlight Type” Edge-lit Bezel: 3-sided Borderless Curvature: Flat Response Time (typical): 1ms Gtg (with Overdrive) 1 Resolution (maximum): Fhd (1920 X 1080 @ 165 Hz) Power: 100 - 240 Vac 50/60 Hz Power Consumption: 35 W (maximum), 25 W (typical), 0.5 W (standby) 12 All In One Ink Tank Printer Specifications: Print, Scan & Copy Multifunction Printer Fast Print Speed Of Up To 10.0 Ipm (black) And 5.0 Ipm (colour) Ultra-low-cost Printing, Save Up To 90% On Printing Costs Up To 66 Cartridges In One Set Of Inks, Print Up To 4,500 Pages In Black And 7,500 Pages In Colour Hassle-free Ink Tank System, Enjoy Mess-free Refills With Key-lock Bottles And Front-facing Tanks Compact Integrated Tank Design Usb 2.0 Interface Borderless Printing Up To 4r 13 Usb Wired Mouse 14 Ups, 650va, 3socket Specifications: Output Max Configurable Power (watts): 360 Watts / 650va Output Frequency (sync To Mains): 50/60 Hz +/- 1 Hz Sync To Mains Topology: Line Interactive Waveform Type: Stepped Approximation To A Sinewave Transfer Time 6 Ms Typical: 10 Ms Maximum Input Input Frequency: 50/60 Hz +/- 5 Hz Autosensing Input Voltage Range For Main Operations: 140 - 300v Number Of Power Cords: 1 Type Of Input Protection Required: Circuit Breaker Batteries & Runtime Battery Type: Lead-acid Battery Typical Recharge Time: 8 Hour(s) Nominal Battery Voltage: 12 V Battery Volt-amp-hour Capacity: 84 Communications & Management Control Panel: Led Status Display With On Line : On Battery Audible Alarm: Alarm When On Battery : Distinctive Low Battery Alarm Surge Protection And Filtering Surge Energy Rating: 156joules Physical Maximum Height: 142mm, 14.2cm Maximum Width: 101mm, 10.1cm Maximum Depth: 300mm, 30.0cm Net Weight: 4.2kg Color: Black Environmental Operating Temperature: 0 - 40 °c Operating Relative Humidity: 0 - 95 (non-condensing) % Operating Elevation: 0 - 3000 Meters Storage Temperature: -15 - 40 °c Storage Elevation: 0 - 3000 Meters Audible Noise At 1 Meter From Surface Of Unit: 40.0dba Protection Class: Ip20 15 Flash Drive Specifications: Capacity: 256gb Interface: Usb 3.2 Gen 1 Color: Black Dimensions (l X W X H): 45.04mm X 19.05mm X 7.75mm 16 Computer Mouse, Wireless Product:ergonomic Wireless Mouse Click Button: 6 Mute Buttons, 3 Million Times Lifespan 5-level Dpi: Dpi 800/1000/1600/2000/4000, The Default Setting Is 1600 System:windows 7/8.1/10/11 Usb Receiver:2.4ghz Wireless Distance:15 M / 49.2 Ft Operating Voltage :1.5v Operating Current :40ma 17 Roller Assembly Kit (for Epson Ds-970) 18 Printing Calculator Specifications: Product Features: Line Printing, 2-color Printing, Reprint / After Print Function, Clock & Calendar Function, Adding Machine, 150 Steps Check, 2.0 Line-per-second Printing Product Type: Adding Machine, Desktop Type Number Of Digits: 12 Digits Liquid Crystal Display: Extra Large Display, Function Command Signs, 3-digit Comma Markers Key Characteristics: Plastic Keys Key Functions: Key Rollover, Shift Key (▶), Sign Change (+/-), Mark-up/mark-down Memory: Grand Total (g*), Independent Memory Power Supply: Ac Adapter Only, Auto Power Off Size (dxwxh): 313 X 195 X 64.7 Mm Weight: 620 G Display Format Settings: Decimal Selector (3/2/0/add₂), Rounding Selector (f・5/4), Line Printing, 2-color Printing, Reprint / After Print Function, Clock & Calendar Function, 2.0 Line-per-second Printing Basic Calculation: Basic Calculation. Regular Percent (%) Applied Calculation: 150 Steps Check, Item Counter, Average Calculation Accessories: With Power Adaptor Plus 8-rolls Of Journal Paper 19 All-in-one Pc Specifications: Operating System: Windows 11 Processor: Amd Ryzen 5 7520u Display: Non-touch Screen, 23.8-inch, Fhd (1920 X 1080) 16:9, Wide View, Anti-glare Display, Led Backlit, 250nits, Srgb: 100%, Screen-to-body Ratio88 % Memory: 8gb Lpddr5 On Board, Memory Max Up To:8gb Lpddr5 Storage: 512gb M.2 Nvme Side I/o Ports: 1x Kensington Lock, 1x 2-in-1 Card Reader Sd / Mmc, 1x 3.5mm Combo Audio Jack, 1x Usb 2.0 Type-a Rear I/o Ports: 1x Dc-in, 1x Rj45 Gigabit Ethernet, 1x Hdmi Out 1.4, 1x Hdmi In 1.4, 3x Usb 3.2 Gen 1 Type-a, 1x Usb 2.0 Type-a, 1x Usb 3.2 Gen 1 Type-c Camera: 720p Hd Camera With Privacy Shutter Audio: Built-in Speakers, Built-in Array Microphone Network And Communication: Wi-fi 6e(802.11ax) (dual Band) 1*1 + Bluetooth? 5.3 Wireless Card Power Supply: Output: 19v Dc, 4.74a, 90w, Input: 100~240v Ac 50/60hz Universal Weight: 05.40 Kg (11.90 Lbs) Dimensions (w X D X H) 52.9 X 42.3 X 1.5 ~ 16.5 Cm (20.83" X 16.65" X 0.59" ~ 6.50") Bundled Software: Microsoft Office Home And Student 2021 Accessories: Keyboard And Mouse 20 Printer, All-in-one, Inkjet Specifications: Copying Maximum Copies From Standalone: 20 Copies Maximum Copy Resolution: 600 X 600 Dpi Maximum Copy Size: A4, Letter Iso 29183, A4 Simplex (black / Colour): Up To 7.7 Ipm / 3.8 Ipm Scanning Scanner Type: Flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 1200 X 2400 Dpi Scan Speed Flatbed (black / Colour): Up To 11 Sec / 28 Sec Paper Handling Number Of Paper Trays: 1 Standard Paper Input Capacity: Up To 100 Sheets Of Plain Paper (80 G/m2) Output Capacity: Up To 30 Sheets Of Plain Paper (80 G/m2) Maximum Paper Size: 215.9 X 1200 Mm Paper Sizes: Legal (8.5 X 14"), Indian-legal (215 X 345 Mm), 8.5 X 13", Letter, A4, 16k (195 X 270 Mm), B5, A5, B6, A6, Hagaki (100 X 148 Mm), 5 X 7", 5 X 8", 4 X 6", Envelopes: #10, Dl, C6 Print Margin: 0 Mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver*3 Dimensions & Weight Dimensions (w X D X H): 375 X 347 X 179mm Weight: 3.9 Kg Electrical Specifications Rated Voltage: Ac 220-240 V Rated Frequency: 50-60 Hz Operating: 12.0 W Sleep: 0.7 W Power Off: 0.2 W Standby: 4.5 W Interface Usb: Usb 2.0 Network: Wi-fi, Wi-fi Direct 21 External Hard Drive, 1 Tb 22 Laptop Mid-range Specifications: Processor: Intel Core I5-13420h Graphics: Integrated Intel Uhd Graphics Chipset: Intel Soc Platform Memory: 16gb Soldered Lpddr5-4800 Storage: 512gb Ssd M.2 2242 Pcie 4.0x4 Nvme Card Reader: Sd Card Reader Camera: Fhd 1080p With Privacy Shutter Microphone: 2x, Array Battery Integrated: 47wh Display: 15.6inch Fhd (1920x1080) Ips 300nits Anti-glare Keyboard: Backlit, English Dimensions: (wxdxh) 359.3 X 235 X 17.9 Mm (14.15 X 9.25 X 0.70 Inches) Weight: Starting At 1.62 Kg (3.57 Lbs) Operating System: Windows 11 Home Single Language, English Bundled Software: Microsoft Office Home & Student 2021 Connectivity: Wlan + Bluetooth Wi-fi 6, 11ax 2x2 + Bt5.1 Standard Ports: 1x Card Reader, 1x Hdmi® 1.4, 1x Headphone / Microphone Combo Jack (3.5mm), 1x Power Connector, 1x Usb-c 3.2 Gen, 2x Usb 3.2 Gen 1 Accessories: Laptop Bag, Wireless Mouse, Mousepad

OFFICE FOR TRANSPORTATION SECURITY Tender

Publishing and Printing
Philippines
Closing Date3 Jun 2025
Tender AmountPHP 184.4 K (USD 3.3 K)
Details: Description A A3 Wifi Duplex All In One Ink Tank Printers 2 Unit Specifications Description Printer Type Print, Scan, Copy, Fax With Adf Print Method Precisioncoretm Printhead Minimum Ink Droplet Volume: 3.8 Pl Print Direction: Bi-directional Printing Nozzle Configuration: 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800 X 2400 Dpi Automatic 2-sided Printing: Yes (up To A3) Print Speed Photo Default - 10 X 15 Cm / 4 X 6 " *1: Approx. 43 Sec Per Photo (border) / 52 Sec Per Photo (borderless)*2 Draft, A4 (black / Colour): Up To 32.0 Ppm / 22.0 Ppm *2 Iso 24734, A4 Simplex (black / Colour): Up To 25.0 Ipm / 12.0 Ipm *2 Iso 24734, A4 Duplex (black / Colour): Up To 16.0 Ipm / 9.0 Ipm *2 Iso 24734, A3 Simplex (black / Colour): Up To 13.5 Ipm / 6.0 Ipm *2 Iso 24734, A3 Duplex (black / Colour): Up To 10.0 Ipm / 5.0 Ipm *2 Copy Function Reduction / Enlargement: 25 - 400% Maximum Copy Size: A3 Copy Resolution: 600 X 600 Dpi Max Copies: 999 Copies Copying Iso 29183, A4 Simplex Flatbed (black / Colour): Up To 23.0 Ipm / 10.0 Ipm Iso 24735, A4 Simplex Adf (black / Colour): Up To 22.5 Ipm / 10.0 Ipm Iso 24735, A4 Duplex Adf (black / Colour): Up To 15.5 Ipm / 7.5 Ipm Scanning Scanner Type: Flatbed Colour Image Scanner Sensor Type: Cis Optical Resolution: 1200 X 2400 Dpi Maximum Scan Area: 297 X 431.8 (mm) Scanner Bit Depth (colour): 48-bit Input, 24-bit Output Scanner Bit Depth (grayscale): 16-bit Input, 8-bit Output Scanner Bit Depth (black & White): 16-bit Input, 1-bit Output Scan Speed Scan Speed (flatbed / Adf (simplex | Duplex)): 200dpi, Black: 5 Sec / Up To 26.0 Ipm | 11.5 Ipm 200dpi, Colour: 10 Sec / Up To 9.0 Ipm | 6.0 Ipm Adf Specifications Support Paper Thickness: 64-95 G/m2 Paper Capacity: 50 Sheets Fax Function Type Of Fax: Walk-up Black-and-white And Colour Fax Capability Receive Memory / Page Memory: 6mb, Page Memory Up To 550 Pages Error Correction Mode: Itu-t T.30 Fax Speed (data Transfer Rate): Up To 33.6 Kbps, Approx. 3 Sec/page Fax Resolution: Up To 200 X 200 Dpi Transmission Paper Size (flatbed): A5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17" Transmission Paper Size (adf): A5, A4, A3, B5, B4, Half Letter, Letter, Legal, 11 X 17" Receiving Paper Size: Half Letter, A5, B5, A4, Letter, Legal, B4, 11 X 17”, A3, A3+ Speed Dial / Group Dial: Up To 200 Numbers, 199 Groups Fax Features: Pc Fax (transmission/receive), Automatic Redial, Address Book, Broadcast Fax (mono Only), Transmit Reservation, Polling Reception, Fax Preview, Memory Reception, Fax To Email, Fax To Folder, Automatic 2-sided Fax Supported Os And Applications Windows Xp / Vista / 7 / 8 / 8.1 / 10, Windows Server 2003 / 2008 / 2012 / 2016 / 2019 Mac Os X 10.6.8 Or Later Paper Handling Paper Feed Method: Friction Feed Number Of Paper Trays: 3 (front 2, Rear 1) Standard Paper Input Capacity: Cassette 1: 250 Sheets For A4 Plain Paper (80g/m2) 50 Sheets For Premium Glossy Photo Paper Cassette 2: 250 Sheets For A4 Plain Paper (80 G/m2) Rear Slot: 50 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Output Capacity: 125 Sheets For A4 Plain Paper (80 G/m2), 20 Sheets For Premium Glossy Photo Paper Maximum Paper Size: 329 X 6000 Mm Paper Sizes: A3, Super B (13 X 19"), Indian Legal, Letter, A4, 16k (195 X 270mm), 8k (270 X 390mm), Executive (7.25 X 10.5"), B4, B5, A5, B6, A6, 8.5 X 13", 5 X 7", 4 X 6", 8 X 10", Legal (8.5 X 14"), 16:9 Wide, Envelopes: #10, Dl, C6, C4 Print Margin: 3mm Top, Left, Right, Bottom Via Custom Settings In Printer Driver Noise Level Pc Printing / Plain Paper Default *3: Sound Power (black / Colour) 6.7 B(a) / 6.2 B(a), Sound Pressure (black / Colour) 52 Db(a) / 47 Db(a) Dimensions And Weight Dimensions (w X D X H): 515 X 500 X 350mm Weight: 20.7kg Interface Usb: Usb 2.0 Network: Ethernet, Wi-fi Ieee 802.11 B/g/n, Wi-fi Direct Network Protocol: Tcp/ipv4, Tcp/ipv6 Network Management Protocols: Snmp, Http, Dhcp, Bootp, Apipa, Ping, Ddns, Mdns, Sntp, Slp, Wsd, Lltd Power Rated Voltage: Ac 220 - 240 V Rated Frequency: 50 - 60 Hz Power Consumption: Operating: 19.0 W Standby: 9.1 W Sleep: 0.8 W Power Off: 0.2 W Card Slot / Usb Host Function Type Of Direct Printing: Usb Memory Consumables Maintenance Box: C12c934591 Pigment Black Ink Bottle: 7,500 Pages *4 - 008 (c13t06g100 / C13t06g199 (indonesia)) Pigment Cyan Ink Bottle: 6000 Pages (composite Yield) *4 - 008 (c13t06g200 / C13t06g299 (indonesia)) Pigment Magenta Ink Bottle: 6000 Pages (composite Yield) *4 - 008 (c13t06g300 / C13t06g399 (indonesia)) Pigment Yellow Ink Bottle : 6000 Pages (composite Yield) *4 - 008 (c13t06g400 / C13t06g499 (indonesia)) Control Panel Lcd Screen: 4.3" Colour Lcd Touch Screen B Wide-angle Zoom Lens 1 Unit ● Compatible With Canon Eos 850d ● Filter Size: 77mm ● Max Magnification: 0.17x ● Focal Length: 10 - 22mm Comparable 35mm Focal Length: 16 - 35 Mm ● Aperture: Maximum: F/3.5 - 4.5 Minimum: F/22 - 29 ● Angle Of View: 107° 30' - 63° 30' ● Dimension: (diameter X Length): Approx. 3.29 X 3.54" (83.5 X 89.8 Mm) ● Lens: Efs ● Color: Black ● Warranty: 1 Year Ph Warranty C Smart Phone 1 Unit Overview: • Processor 2.9 Ghz, 2.6 Ghz, 1.9 Ghz • Weight (g) 198 Processor: • Cpu Speed 2.9 Ghz, 2.6 Ghz, 1.9 Ghz • Cpu Type Octa-core Display: • Size (main Display) 170.1mm (6.7" Full Rectangle) / 165.5mm (6.5" Rounded Corners) • Resolution (main Display) 1080 X 2340 (fhd+) • Technology (main Display) Super Amoled • Color Depth (main Display) 16m • Max Refresh Rate (main Display) 120 Hz Camera: • Rear Camera - Resolution (multiple) 50.0 Mp + 12.0 Mp + 5.0 Mp • Rear Camera - F Number (multiple) F1.8 , F2.2 , F2.4 • Rear Camera - Auto Focus Yes • Rear Camera - Ois Yes • Rear Camera Zoom Digital Zoom Up To 10x • Front Camera - Resolution 12.0 Mp • Front Camera - F Number F2.2 • Front Camera - Auto Focus No • Front Camera - Ois No • Rear Camera - Flash Yes • Front Camera - Flash No • Video Recording Resolution Uhd 4k (3840 X 2160) @ 30fps • Slow Motion 240fps @hd Storage/memory: • Memory (gb) 8 • Storage (gb) 256 • Available Storage (gb) 234.4 Network/bearer: • Number Of Sim Dual-sim • Sim Size Nano-sim (4ff), Embedded-sim • Sim Slot Type Sim 1 + Sim 2 / Sim 1 + Esim / Dual Esim • Infra 2g Gsm, 3g Wcdma, 4g Lte Fdd, 4g Lte Tdd, 5g Sub6 Fdd, 5g Sub6 Tdd • 2g Gsm Gsm850, Gsm900, Dcs1800, Pcs1900 • 3g Umts B1 (2100), B2 (1900), B4 (aws), B5 (850), B8 (900) • 4g Fdd Lte B1 (2100), B2 (1900), B3 (1800), B4 (aws), B5 (850), B7 (2600), B8 (900), B12 (700), B17 (700), B20 (800), B25 (1900), B26 (850), B28 (700), B66 (aws-3) • 4g Tdd Lte B38 (2600), B40 (2300), B41 (2500) • 5g Fdd Sub6 N1 (2100), N3 (1800), N5 (850), N7 (2600), N8 (900), N26(850), N28 (700), N66 (aws-3) • 5g Tdd Sub6 N38 (2600), N40 (2300), N41 (2500), N77 (3700), N78 (3500) Connectivity: • Usb Interface Usb Type-c • Usb Version Usb 2.0 • Location Technology Gps, Glonass, Beidou, Galileo, Qzss • Earjack Usb Type-c • Mhl No • Wi-fi 802.11a/b/g/n/ac/ax 2.4ghz+5ghz, He80, Mimo, 1024-qam • Wi-fi Direct Yes • Bluetooth Version Bluetooth V5.3 • Pc Sync. Smart Switch (pc Version) Os: • Android General Information: • Color Awesome Lightgray • Form Factor Touch Bar Sensors: • Accelerometer, Fingerprint Sensor, Gyro Sensor, Geomagnetic Sensor, Light Sensor, Virtual Proximity Sensing Physical Specification: • Dimension (hxwxd, Mm) 162.2 X 77.5 X 7.4 • Weight (g) 198 Battery: • Video Playback Time_(hours) Up To 29 • Battery Capacity (mah, Typical) 5000 • Removable No Audio And Video: • Stereo Support Yes • Video Playing Format Mp4, M4v, 3gp, 3g2, Avi, Flv, Mkv, Webm • Video Playing Resolution Uhd 4k (3840 X 2160) @ 60fps • Audio Playing Format Mp3, M4a, 3ga, Aac, Ogg, Oga, Wav, Amr, Awb, Flac, Mid, Midi, Xmf, Mxmf, Imy, Rtttl, Rtx, Ota Services And Applications: • Gear Support Galaxy Ring, Galaxy Buds3 Pro, Galaxy Buds2 Pro, Galaxy Buds Pro, Galaxy Buds Live, Galaxy Buds+, Galaxy Buds3, Galaxy Buds2, Galaxy Buds, Galaxy Buds Fe, Galaxy Fit3, Galaxy Fit2, Galaxy Fit E, Galaxy Fit, Galaxy Watch Fe, Galaxy Watch Ultra, Galaxy Watch7, Galaxy Watch6, Galaxy Watch5, Galaxy Watch4, Galaxy Watch3, Galaxy Watch, Galaxy Watch Active2, Galaxy Watch Active • Bluetooth® Hearing Aid Support Android Audio Streaming For Hearing Aid(asha) • Smartthings Support Yes • Mobile Tv No Software Support • Security Update Period (valid Until) 31 March 2032 D Paper Shredder 1 Unit ● Shreds 16 Sheets Per Pass Into 4 X 38mm Cross-cut Particles (security Level P-4) ● 100% Jam Proof System Eliminate Paper Jams And Powers Through Tough Jobs ● Silentshred® Technology Minimises Disruption In Shared Work Spaces ● Patented Safesense® Technology Stops Shredding When Hands Touch The Paper Opening ● Energy Savings System Reduces In-use Energy Consumption And Powers Down After Periods Of Inactivity. ● Shreds Continuously For Up To 20 Minutes ● Sleek, Modern Design With Easy-empty 23 Litre Pull-out Bin ● Jam Prevention Features: 100% Jam Proof System ● Feed Type: Traditional ● Auto Start/stop: Yes - Electronic ● Basket Type: Pull-out Bin ● Bin Full Light: Yes ● Can Shred: Staples, Credit Cards, Paper Clips, Cds/dvds ● Cut Size (inches): 5/32" X 1-1/2" ● Cut Type: Cross-cut ● Din Level - Paper: P-4 ● Maximum Run Time (minutes): 20 Min On / 30 Min Off ● Energy Efficient Features: Energy Savings System ● Material Type: Plastic ● Model Number: 79ci ● Noise Features: Silentshred™ ● Paper Entry Width (inches): 9 ● Safety Features: Safesense® ● Speed (feet Per Minute): 10 ● Usage: Personal ● Strength: Soho ● Bin Capacity (gallons): 6 ● Run Time (minutes): Up To 20 ● Sheet Capacity: 16 ● Shreds Per Sheet: 397 Abc = P184,483.00 Total Offered Quotation Total *the Above-quoted Prices Are Inclusive Of All Costs And Applicable Taxes. *price Must Be Valid For Sixty (60) Days Upon Submission Of Quotation Minimum Requirements: A. Valid And Current Phil Geps Registration Certificate; B. Valid And Current Mayor’s Permit C Dti Or Sec Registration D. Certificate Of Registration (bir 2303) E. Income / Business Tax Return F. Omnibus Sworn Statement

City Of Bais Tender

Software and IT Solutions
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 2.6 Million (USD 46 K)
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Bid For One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, Cpicad, Viz: Item Approved Budget For The Contract (abc) J/sor No. 337-24 Php 2,693,025.00 One (1) Lot Supply And Installation Of Ict Equipment Network Infrastructure And Furniture & Fixture For Data Gathering And Banking With Provision Of Training Of 25 Pax On Computer System Servicing As Per Tesda Training Regulation, 36 Sets Computer Hardware Delivery Core I5-12400 Processor Motherboard With Built In Wi-fi 8gb Ddr4 Memory ; 512gb Ssd 2.5" 19" Monitor Led Mouse And Keyboard Usb Mousepad With Voltage Regulator 10 Sets Laptop Computer/netbook Delivery Operating System: Genuine Windows 11 Aluminum Lcd Cover-material 14.0-inch Panel Size ; Intel® Uhd Graphics Led Backlit Touch Screen Touch Panel Brightness 300nits Wuxga (1920 X 1200) 16:10 Intel® Core™ I3-1315u Processor 10m Cache, Up To 4.5ghz, 6 Cores) 8gb Ddr5 So-dimm. 512gb M.2 2280 Nvme™ Pcie® 4.0 Ssd Front-facing Camera With Privacy Shutter Wi-fi 6e(802.11ax) (dual Band) 2*2 + Bluetooth® 5.3 Wireless Card Fingerprint Authentication Backlit Chiclet Keyboard 1x Usb 3.2 Gen 2 Type-c Support Power Delivery 2x Usb 3.2 Gen 2 Type-a ; 1x Hdmi 2.1 Tmds 1x Thunderbolt™ 4, Compliant With Usb4, Supports Display / Power Delivery 1x 3.5mm Combo Audio Jack ; 1x Rj45 Gigabit Ethernet Built-in Speaker. Audio By Dirac Us Mil-std 810h Military-grade Standard Built-in Array Microphone ; Battery 50whrs, 3s1p, 3-cell Li-ion Kensington Nano Security Slot™(6x 2.5mm) Bios Booting User Password Protection Bios Setup User Password Hdd User Password Protection And Security Support Absolute Persistence 2.0 (computrace) Trusted Platform Module (tpm) 2.0 Battery Health Charging, Fan Profile, Splendid, Tru2life, Function Key Lock, Wifi Smartconnect, Appdeals Included In The Box Wireless Optical Mouse Reparability Index (for France) 8.0 Ecolabels & Compliances: Epeat Gold, Energy Star 8.0, Fsc Recycled, Reach, Rohs, Tco Certified Warranty: 3years On-site Including Battery And Charger Computer Accessories Delivery 6u Network Data Cabine Apc Ups 650va With Avr 8 Port Gigabit Switch 1000mbps 16-port Gigabit Managed L2 Switch Centralized Wifi Controller Adsl Router With Wifi Ac1200 Wireless Mu-mimo Gigabit Indoor/outdoor Access Point Durable, Weatherproof Enclosure For Outdoor Wi-fi Applications Up To 1200mbps1 With 2×2 Mimo Technology Omada Mesh Technology Enables Wireless Connectivity Between Aps For Extended Range, Making Wireless Deployments More Flexible And Convenient Supports Seamless Roaming To Smooth The Video Playbacks And Voice Calls When Moving Between Locations High Transmission Power And High Gain Antennas Provide A Long-range Coverage Area Cloud Centralized Management For Ultra Convenience And Easy Management Captive Portal Provides A Convenient Method For Guest Authentication Facebook Wi-fi And Sms Authentication Help To Boost Your Business 802.3af/passive Poe (poe Adapter Included) Compatible And Simple Mounting Design Allow For Flexible Deployment And Convenient Installation Webcam Full Hd Usb External Dvd Writer 1tb External Hdd Network External Hdd 1tb 4 Duplex Sheet-fed Document Scanner Duty Cycle Up To 3,000 Pages Per Day Scan Speed Up To 26ppm/52ipm (300dpi) One-pass Duplex Scanning Document Capture Pro Software Scan 50gsm To 209gsm A4 All-in-one Ink Tank Printer Print, Scan, Copy Compact Integrated Tank Design High Yield Ink Bottles Spill-free, Error-free Refilling Borderless Printing Up To 4r A4 Ink Tank Network Printer Print, Scan, Copy With Adf Print Speeds Up To 17ipm For Black And 9.5ipm For Colour Auto-duplex Printing Wi-fi & Wi-fi Direct 2-years Warranty Or 50,000 Pages, Whichever Comes First Powered By Epson Heat-free Technology 32gb Flash Drive Usb Digital Multimeter Lan Cable Tester Furniture And Fixture Delivery Customized U-type Computer Table With Capacity Of 36 Computer Units Working Table Whiteboard With Stand It Materials Delivery Rj-45 Plug Network Accessories: Modular Box Rj-45 Cat6 I/o Port 1 Gang Faceplate Pvc Surface Type Utility Box Raceway Or Slotted Pvc 1.5" X 1.5" X 48" Cat6 Utp Cable Belden/hikvision/dahua 305m Fastener Filer Lead Free Spool Fiber Optic Cable 2meters (terminated) Sc/upc-sc/upc Singlemode Simplex 2 Meters Terms Of Reference Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Title: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Approved Budget For The Contract: Php 2,700,000.00 Bid Validity Period: 120 Days Local Office In Negros Island Safety Officer Required And Should Be Regular Employee Certifcate Of Dealership Sealed And Signed By Microsoft Engineer City Government Of Bais Bais City, Negros Oriental, Region Vii Invitation To Bid Project Name: Supply And Installation Of Equipment Network Infrastructure And Furniture And Fixtures For Data Gathering And Banking Description: This Project Aims To Enchance The Information And Communication Technology (ict) Capabilities Of The Local Government Of Unit (lgu) Of Bais City Through The Comprehensive Supply And Installation Of State-of-the-art Network Infrastructure And Equipment. Located At The Bais Training Center, The Initiative Will Facilitate Efficient Data Gathering And Banking Processes, Supporting The City's Administrative Functions And Service Delivery. This Pertains Aims To The Procurement Of Computer Equipment And Fixtures Specifically Designed To Meet The Needs For Data Gathering And Banking Processes. Please Refer To The Document Titled "conformity With Technical Specifications Bidding Enumerated" As Our Terms Of Reference. The Approved Budget For The Contract Is To Be Taken From Data Gathering And Banking (equipment) 2022, Generation And Maintenance Of Gad Database 2024. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It 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 Activity, And I) 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 Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Pre-bid Conference Will Be On January 21, 2025, 1:30 P.m. At The City Budget Office, 2nd Floor, City Hall Annex Building, This City. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On February 4, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date5 Jun 2025
Tender AmountRefer Documents 
Details: Request For Sf330 1. Introduction: This Is A Total 100% Service-disabled Veteran-owned Small Business (sdvosb) Set-aside In Accordance With Public Law 109-461. This Is A Request For Sf330s For Architect/engineer (a/e) Design Services For Project Number 541-25-504, A/e Design Replace Rehab Medicine Ahu At The Louis P. Stokes Cleveland Va Medical Center, 10701 East Boulevard, Cleveland, Oh 44106. this Announcement Is Not A Request For Proposal. No Solicitation Package Will Be Issued Via Sam.gov. A Request For Proposal Will Be Issued Directly To The Most Preferred Firm For Which Negotiations Will Commence In Accordance With Far Subpart 36.6. The Anticipated A/e Design Services, To Be Awarded, Will Be Procured In Accordance With The Selection Of Architects And Engineers Act (public Law 92- 582), Federal Acquisition Regulation Subpart 36.6, And Va Acquisition Regulation Subpart 836.6. 2. Description: The Ae Firm Shall Provide All Programming, Design Submissions, Site Investigation/field Verification Services, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, And Construction Administration Services For The Project A/e Replace Rehab Medicine Ahu, Located On The Louis P. Stokes Cleveland Veterans Affairs Medical Center, 10701 East Boulevard, Cleveland, Oh 44106. see Attached Statement Of Work For Further Requirements period Of Performance: 133 Calendar Days After Contractor’s Receipt Of Notice To Proceed contract Type: Firm-fixed-price estimated Magnitude Of Construction: Between $25,000 And $100,000 (see Far 36.204) naics Code: 541330 size Standard: $25.5 Million 3. Dsbs & Sam: In Accordance With Vaar 819.7003(b) (deviation), At The Time Of Offer/quotes (sf330 Submission), And At The Time Of Award Of Any Contract, The Offeror Must Represent To The Contracting Officer That It Is A – (1) Sdvosb Eligible Firm; (2) Small Business Concern Under The North American Industry Classification System (naics) Code Assigned To The Acquisition; And (3) Deviation – [certified] Sdvosb/vosb [listed In] The [sba Certification Database (aka Dsbs) At Dynamic Small Business Search (see 13 Cfr 128)] if Registration Is Required, Visit Dynamic Small Business Search. additionally, All Eligible Firms Must Be Registered And Current In The System For Award Management (sam) Database In Order To Be Evaluated And Eligible For Contract Award. If The Firm Is Not Registered In Sam, You May Register Online At Https://www.sam.gov. 4. Evaluation Factors: Selection Criteria Will Be Based On The Following Factors, In Descending Order Of Importance, In Accordance With Far 36.602-1: The Government Will Award A Firm-fixed Price Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforms To The Solicitation And Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: a. Experience And Technical Competence (30% Weighting) b. Professional Qualifications (20% Weighting) c. Firm’s Capacity (20% Weighting) d. Past Performance (20% Weighting) e. Geographic Location (5% Weighting) f. Extent Of Participation As Subcontractors (5% Weighting) the Government Will Evaluate Information Based On The Evaluation Procedures Authorized In Far 36.602-1, Selection Criteria, And Vaam 836.602-1, Selection Criteria, Using The Following Evaluation Criteria: firms Responding To This Notice Shall Do So Using Standard Form 330 (sf-330) And Will Be Evaluated And Ranked Using The Selection Criteria Listed Below. The Evaluation Factors Are To Be Addressed In Section H Of The Sf-330 Unless Otherwise Detailed Below. The Evaluation Will Consider How Each Factor Is Addressed To Coincide With The Selection Criteria. The Factors Are Individually Weighted As Indicated. a. Specialized Experience And Technical Competence (30% Weighting) work Shall Include Programming, Design Submissions, Site Investigation/ Field Verification, Asbestos Testing, Construction Documents, Technical Specifications, Cost Estimates, Reports, System Integrator Services And Construction Administration Services. Include Government And Private Sector Experience On Projects Similar In Size, Scope And Complexity And Experience With Project Phasing To Maintain Hospital Operations During Construction. The Evaluation Will Consider The Management Approach, Coordination Of Disciplines And Subcontractors, Quality Control Procedures, Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On Relevant Projects And Familiarity With Va Design Guides/ Manuals, Master Specifications, And Other Applicable Standards. demonstrate Experience And Competence With Comparable Air-handling Unit Replacement Projects That: a. Identified Suitable Rooftop Air Handling Unit To Meet Space Temperature/ Dehumidification Requirements For An Existing Patient Care Area. b. Provided Sequence Of Operations, I/o Points List, And Controls Drawings. c. Integrated Controls With Existing Building Management System To Include Similar Graphics/controls As Other Facility Ahus. d. Used A Master Systems Integrator (msi). e. Performed Construction Period Services, Including: • Professional Field Inspections During The Construction Period. • Review Of Construction Submittals. • Support In Answering Requests For Information During The Construction Period. • Support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates. submit At Least Three But No More Than Five Projects Completed Within The Last Five Years: • Project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e., Prime Contractor, Teaming Partner, Or Subcontractor • Project Owner, Owner’s Point Of Contact Including Telephone Number And Email Addresses • Services & Deliverables Provided Under The Contract/ Task Order • Period Of Performance, Including Start And Completion Dates • Total Dollar Value Of The Project provide The Project Title, Location, And Brief Work Description, Including: a. Strategy Used To Identify Replacement Air Handing Unit That Met Project Requirements. b. Project Area Use And Square Footage. c. Contracting Method, Including Start And Completion Dates (original Vs. Actual) For Completed Work. d. Prime Contractor, Major Subcontractors, Contractor Team Arrangements. the Submitted Projects Will Be Used To Evaluate The Specialized Experience And Technical Competence Of The Architect-engineer. offeror Shall Provide A Summary Page Of Its Recent And Relevant Specialized Experience And Technical Competence Which Is Similar In Size, Scope, And Magnitude To This Requirement.“relevant” Is Defined As Those Task Requirements Identified In The Rfp’s Scope Of Work. “recent” Is Defined As Services Provided Within The Past Five (5) Years. b. Professional Qualifications (20% Weighting) Necessary For Satisfactory Performance Of Required Service. provide Resumes Of Key Personnel To Demonstrate Relevant Qualifications And Experience. the Resumes Shall Include: a. Name Of The Individual, Company Position, Years With The Company. b. Air Handling Unit Work Experience, Certifications, And Educational Background. c. Tasks To Be Assigned On This Project. the Submitted Resumes Will Be Used To Evaluate The Professional Qualifications Of The Architect-engineer. The Architects And Engineers On The Firm’s Staff Representing The Project Of Signing/stamping Drawings In Each Discipline Must Possess A Minimum Of Five (5) Years Of Experience And Are Required To Be Licensed, Registered, Or Certified By A Us State, The District Of Columbia, Or A Us Territory. Provide Professional License Jurisdiction Of Issue And License Numbers And/ Or Proof Of Licensure. at A Minimum, The Offeror Shall Describe The Professional Qualifications Of Project Team And Have Not Less Than Five (5) Years Of Experience In The Required Disciplines. Disciplines Required For This Project Include, But Are Not Limited To: Architectural, Structural, Civil, Landscape, Electrical, Mechanical, Plumbing, Fire Protection, Industrial Hygiene, Life-safety, Technology, Cost Estimation, Project Management, Construction Administration Services. The Evaluation Will Consider Education, Certifications, Training, Registration, Overall And Relevant Experience, Longevity With The Firm And History Of Working With Other Members Of The Team. c. Firm’s Capacity (20% Weighting) To Accomplish Work In The Required Time. identify Main Disciplines And Tasks For The Project. provide Quantity And Availability Of Key Personnel In These Disciplines For The Project. the Submitted Information Will Be Used To Evaluate The Ability To Meet The Project Schedule. the Evaluation Will Consider The Firms Number Of Current Contracts, The Firms Plan And Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Personnel In Key Disciplines In Order To Determine Their Capacity To Complete The Project Work. Describe The Firm’s Ability To Accomplish The Work In The Required Time, Including Existing Workload From All Private And Public Clients And Awards Of Similar Type To This Project That May Limit The Ae’s Capacity To Perform The Project Work Expeditiously. d. Past Performance (20% Weighting) On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Cpars Data Or Ppqs (if No Cpars Data Is Available) Must Be Provided For Projects Submitted Under Factor 1 (specialized Experience). Government Past Performance Information Systems May Be Accessed. Evaluating Past Performance And Experience May Include Information Provided By The Firm, Recommendation Letters, Customer Inquiries, Government Databases, And Publicly Available Sources. Failure To Provide Requested Data, Accessible Points Of Contact Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified. provide A Summary Description Of At Least Three But No More Than Five Prior Projects Completed Within The Last Five Years Of Comparable Scope, Size, And Complexity, Including: A. Contract Number, Brief Description Of The Project, Type Of Contract, Amount Of The Contract. B. Name, Phone Number, E-mail Address For Contracting Officer/contracting Officer Representative. C. Performance Reviews And Ratings. the Submitted Past Performance Will Be Used To Evaluate The Ability To Successfully Perform The Scope Of Work. items To Be Evaluated Include Quality Of Services And Staying On Schedule With Deliverables. The Government Reserves The Right To Also Evaluate Past Performance On Previously Awarded Federal Task Orders And Any Other Information Available. note: We Recommend You Contact Every Reference Listed And Let Them Know We May Contact Them For Information. Their Timely Replies Would Be Appreciated. e. Geographic Location (5% Weighting) It Is Important That The Offerors Be Responsive In A Timely Manner To Being Onsite To Support This Project. Offerors Shall Provide The Travel Time That The Prime Contractor And Each Of Their Subconsultants That Need To Be Onsite Are Away From The Louis Stokes Cleveland Va Medical Center By Car And Air (if Applicable). The Sseb Will Evaluate The Lowest Aggregate Time From Each Offeror Divided By The Total Number Of Prime/ Subcontractors To Arrive At An Average Travel Time For That Offeror. The Sseb Will Then Rank The Average Travel Time From Each Offer From The Lowest To Highest (the Lower The Time, The Better The Ranking). provide: A. Primary Means Of Travel (car, Plane, Etc.). B. Length Of Time (in Hours) Between Departure From Architect-engineer Office To Arrival At Project Location. the Submitted Information Will Be Used To Evaluate Physical Response Time To The Louis Stokes Cleveland Va Medical Center. f. Extent Of Participation As Subcontractors Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses (5% Weighting) provide A Percentage Of The Total Estimated Effort That Will Be Used To Select Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors On This Project. the Submitted Information Will Be Used To Evaluate Small Business Subcontractor Participation For This Project: a. Sdvosb Shall Be Given Greatest Preference. b. Vosb Shall Be Given Great Preference. c. All Other Small Businesses To Be Preferred. please Note: The Ae Evaluation Board Must Be Provided With Complete And Accurate Information For All Evaluation Factors Above In Order To Rank Interested And Eligible Firms. Therefore, The Ae Firm Must Expand Upon, As It Deems Necessary, On Any Evaluation Factor Not Well Demonstrated Or Addressed With Part Ia To Part Ig And Part Ii Of The Sf330. The Ae Firm Shall Use Part Ih And/or Use Additional Sheets To Supplement/address All Evaluation Factors To Clearly Demonstrate Its Qualifications. additionally, Keep In Mind The Submission Requirement Restrictions Outlined In #8 Below When Addressing Evaluation Factors. 5. Selection Process: In Accordance With Far 36.6, Sf330s Will Be Evaluated By The Evaluation Board Using The Evaluation Factors Identified In This Announcement. After Sf330s Have Been Evaluated, Discussions/interviews Will Be Held With At Least Three Of The Most Highly Qualified Firms. After Discussions Have Concluded, The Evaluation Board Will Evaluate The Qualifications Of The Firms Using The Same Evaluation Factors, Taking Into Consideration Both The Sf330 Submission And Subsequent Discussions, To Select The Most Preferred Firm From The Firms Considered To Be The Most Highly Qualified. Please Note That The Assigned Values For The Above Factors May Be Adjusted After Discussions As Allowed Under Vaam 836.602-1, Selection Criteria. Negotiations Will Then Begin With The Most Preferred Firm. 6. Limits On Subcontracting: In Accordance With Vaar 852.219-73 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside Under 852.219-73(d)(1)(5), It States: (1) Services. In The Case Of A Contract For Services (except Construction), The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs Listed In The Sba Certification Database (excluding Direct Costs To The Extent They Are Not The Principal Purpose Of The Acquisition And The Sdvosb/vosb Does Not Provide The Service, Such As Airline Travel, Cloud Computing Services, Or Mass Media Purchases). When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Service Portion Of The Contract. (5) Subcontracting. An Sdvosb Subcontractor Must Meet The Naics Size Standard Assigned By The Prime Contractor And Be Certified And Listed In The Sba Certification Database To Count As Similarly Situated. Any Work That A First Tier Vip-listed Sdvosb Subcontractor Further Subcontracts Will Count Towards The Percent Of Subcontract Amount That Cannot Be Exceeded. For Supply Or Construction Contracts, The Cost Of Materials Is Excluded And Not Considered To Be Subcontracted. When A Contract Includes Both Services And Supplies, The 50 Percent Limitation Shall Apply Only To The Portion Of The Contract With The Preponderance Of The Expenditure Upon Which The Assigned Naics Is Based. For Information And More Specific Requirements, Refer To 13 Cfr 125.6. 7. Submission Requirements: Interested And Eligible Firms Should Submit Their Current Sf330 As Follows: 1) One (1) Electronic Pdf Copy Via E-mail: a. See Attachments For Procedures (i.e., Ecms Getting Started Guide For Vendors & Ecms Vendors_guide_v4_2); b. Size Limitation Is 20mb; the Sf330s Are Due On Thursday, 5 June 2025, At 3pm Est. acceptable Electronic Formats (software) For Submission Of Sf330 Packages: (a) Files Readable Using The Current Adobe Portable Document Format (pdf); (b) Files In Adobe* Pdf Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater; (c) Sf330s Shall Be Provided On Standard Letter Size 8-1/2 By 11-inch Paper, Limited To A Maximum Of Seventy-five (75), Single-sided, Single-spaced, And Numbered Pages. If More Than Seventy-five (75) Single-sided Pages Are Submitted, All Pages After Seventy-five (75) Pages Will Not Be Evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger; (d) Please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns. the Sf330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Type In Sf330 In The “find A Form” Block And Click On Search. 8. No Fax Or Telephonic Responses Will Be Accepted: Personal Visits For Discussing This Announcement Will Not Be Entertained Or Scheduled. Questions May Be Directed Only By E-mail To Stanley.burdine@va.gov. 9. Va Primary Point Of Contact: - Stanley Burdine - Contract Specialist - Email: Stanley.burdine@va.gov

AMW SINEVIA Sp Z O O Tender

Others
Corrigendum : Closing Date Modified
Poland
Closing Date24 Mar 2025
Tender AmountRefer Documents 
Details: I General Information: 1. Ordering Party: Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 Tax Identification Number: 675-000-55-94 Regon: 351081570 2. Determination of the Subject of the Order: The subject of the Order is the purchase of a module and software for specialized equipment intended for police activities for the Provincial Police Headquarters in Kraków 31-571. The offer should be submitted in accordance with the offer form. Please Submit Offers for Equipment in accordance with User Requirements - Order-Based Fulfillment. No. Subject of the Order Quantity 1 Purchase of a Module and Software for the Vespereye Scout Device, Extension of the 5g Sa Fr1 Scanning Capabilities and Software Update of the Vespereye Scout Passive Base Station Scanner and Radio Environment. The modernization should consist in the installation of the Module and Software Update, Extension of the Scanning Range of the Vespereye Scout Frequency Device. 5g Sa Fr1. The purchase price of the module and device software will include the collection of the device from the ordering party's headquarters and the delivery of the modernized device ready for operation to the ordering party's headquarters, i.e. Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 1 Pc. 3. Order Completion Date: The Ordering Party Specifies the Modernization Completion Date - Up to 10 Business Days from the Date of Sending the Order (alternatively, the Real Delivery Date should be indicated. In the event of no Real Delivery Date being indicated - the Ordering Party shall accept the above-mentioned Date), Completion will take place Based on the Order (the approved Scan of the Order will be sent to the Contractor's E-mail Address indicated in the Offer). 4. Place of Order Fulfillment: The Equipment that is the Subject of the Order - Modernization will be collected and delivered at the Contractor's expense to the Ordering Party's registered office, i.e. Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 From 8:00 a.m. to 2:00 p.m. 5. Person to contact with contractors in terms of content: Subcomm. Katarzyna Lasiewicz Tel. 47 83 54 661 E-mail: Katarzyna.lasiewicz@malopolska.policja.gov.pl Armament and Special Technology Section of the Material and Technical Management Department of the Provincial Police Headquarters in Krakow. 6. Date and place for submitting offers: The offer must be submitted by November 27, 2023, by 10.00 a.m. Please submit offers via the Purchasing Platform: https://platforma.eb2b.com.pl/ Communication between the Ordering Party and the Contractors, including any questions Please submit Declarations, Applications, Offers, Notices and Information in Electronic Form via the Purchasing Platform. Validity Period of the Offer: 30 Days Ii Essential Terms and Conditions of the Order: 1. Payment Terms: The Contractor will issue a VAT invoice indicating the Payer as: Komenda Wojewódzka Police W Krakowie 31-571 Kraków, Ul. Mogilska 109 Tax Identification Number: 675-000-55-94 Regon: 351081570 The invoice should be sent to the following address: Provincial Police Headquarters in Kraków 31-571 Kraków, Ul. Mogilska 109 Materials and Technical Management Department Payment for the Order will be made by bank transfer to the account indicated by the Contractor and will be made within 30 calendar days from the date of receipt of a correctly issued invoice. 2. Warranty Conditions: The Contractor must guarantee that the Modernized Equipment is original, complete, technically efficient, ready for operation, covered by a warranty for a period not shorter than 24 from the moment of delivery of the equipment (the warranty applies to the scope of the modernized elements of the device). 3. Method of Preparing the Offer: The offer should be prepared according to the template specified in Annex No. 1 to this Request for Quotation, the form must be signed by a person authorized to represent the company in the field of submitting commercial offers and placed in electronic form (PDF file attached) on the Purchasing Platform. Submitting an offer in the proceedings is tantamount to accepting the conditions set out in this invitation to submit an offer. 4. Criteria for Selection of Offers Within the Scope of the Order, the Ordering Party has established one criterion for the evaluation and selection of Offers: Price 100% (however, the Subject of the Order must meet the User's Hardware Requirements) Note! The Contractor will also be obliged to place the logo of the Małopolska Voivodeship on the delivered equipment. Print (e.g. stickers) on the equipment in accordance with the pattern provided by the Ordering Party (logo provided in the Attachments) or download from the website https://www.malopolska.pl/logo. The formal requirements of the price inquiry on the Eb2b ordering platform were met. At the same time, the data and offer amounts required by the electronic purchasing platform should be completed, as well as an attachment (scan) should be placed in electronic form on the Eb2b purchasing platform, the form must be signed by a person authorized to represent the company in the scope Submitting Commercial Offers. A Contractor who does not meet the above-mentioned conditions will be automatically excluded from the proceedings. In the event of any problems or questions regarding the procedure for placing your offer on the Ordering Party's platform, in order to obtain assistance, please contact the Eb2b platform operator directly by phone: +48 22 428 19 28
2671-2680 of 2734 archived Tenders