Scanning Tenders
Municipality Of San Vicente, Palawan Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date22 May 2025
Tender AmountPHP 4.6 Million (USD 83.2 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Information And Communication Technologies (ict) Equipment And Accessories Intended For Different Offices, This Municipality /gds-2025-045 1. The Municipal Government Of San Vicente, Palawan, Through The General Fund Intends To Apply The Sum Of Two Million Five Hundred Nineteen Thousand Two Hundred Eighty-one Pesos And Sixty Centavos (₱2,519,281.60) For Lot 1; One Million Sixty-four Thousand Nine Hundred Thirty-five Pesos (₱1,064,935.00) For Lot 2; Six Hundred Seventy-three Thousand Three Hundred Seventy-one Pesos And Forty-five Centavos (₱673,371.45) For Lot 3; Three Hundred Eighty-four Thousand Eight Hundred Thirty-seven Pesos (₱384,837.00) For Lot 4 Being The Abc To Payments Under The Contract For Supply And Delivery Of Information And Communication Technologies (ict) Equipment And Accessories Intended For Different Offices, This Municipality /gds-2025-045. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot 1 1. Unit 27 Uninterruptible Power Supply Main Input Voltage: 230v Rated Power In W: 325w Rated Power In Va: 650va Output Connection Type: 2 Universal Receptacle Cable Length: 1.2 M Number Of Cable: 1 Battery Type: Lead-acid-battery 2. Unit 6 Heavy Duty Uninterruptible Power Supply Super-fast Built-in Charge: Battery To Recharge Up To 90% If Its Capacity Within 2-4 Hours Full Protection: Warning System For Overload, Discharge, And Overcharge High Reliability: Use Of Excellent Microprocessor 2-step Automated Voltage Regulator (avr): Ensures Voltage Stabilization, Prevents Unnecessary Battery Life Drainage General: Capacity: 2000va (1200 Watts) Dimension (mm): 320 X 130 X 182 (d X W X H) Input Nominal Voltage: 230 Vac 3. Unit 33 Automatic Voltage Regulator With Thick And Strong Handle For Easy Handling Wattage: 1500 Watts With 5 Outlets Motor Type: Servo Motor Auto-volt 110 And 220vac 50/60hz Flat Pin Plug Cable Specs 2 X 1.5 Mm2 Product Dimension: 15 X 23 X 20 Cm 1.3m Cord 4. Unit 15 1 Tb External Hard Drive 5. Unit 9 2tb External Hard Drive 6. Unit 5 Laptop Mid-range (branded And Brand New) Processing Power & Multitasking • Cores & Threads: Typically, 4 To 14 Cores, With Hyper-threading Support In Newer Generations. • Performance Per Core: Optimized For Office Applications, Which Rely On Strong Single-core Performance. • Provides Faster Data Access For Frequently Used Applications. Content Creation & Productivity • Photo & Video Editing: • Fast Rendering And Encoding With Support For Avx2 & Deep Learning Boost (dl Boost) In Newer Models. • Multitasking & Everyday Computing • Handles Multiple Applications Simultaneously With Multiple Cores And High Clock Speeds. • Supports High-speed Ddr4/ddr5 Memory For Faster Workflow. • Office & Business Work: • Well-suited For Excel, Word, Video Conferencing, And Cloud-based Applications. Casual Content Creation (photo/video Editing, 3d Design) Security & Reliability • Hardware-based Security: • Control Flow Enforcement Technology (cet) For Protection Against Cyber Threats. • Stable For Long-term Use: • Well-optimized For Business, Education, And Home Computing. Laptops With Good Battery Life Display: 14" Fhd Ips Memory: 8gb Graphics: Mx350 2gb Or Higher Storage: 1tb + 256gb Ssd Os: Win 10" 7. Unit 2 High End Laptop ( High End Both Graphics And Videos) Suitable For High-end Graphic Designing And Video Editing Operation System: Windows 11 High-performance Processing & Multitasking • Core & Thread Count: • Up To 24 Cores (8 P-cores + 16 E-cores) And 32 Threads • P-cores (performance Cores): Handle Intensive Tasks • E-cores (efficiency Cores): Handle Background Tasks To Optimize Power Use. • Clock Speeds: • Base Clock: 3.0 Ghz To 3.5 Ghz • Turbo Boost Max 3.0: Up To 5.8 Ghz (core I9-13900k) • Dynamically Assigns Tasks To P-cores Or E-cores For Best Performance And Efficiency. Content Creation & Productivity • Rendering & Video Editing: • 8 P-cores + 16 E-cores Enable Fast Multi-threaded Performance. • Optimized For Adobe Premiere, Davinci Resolve, Blender, And Autocad. • Ai & Machine Learning: • Deep Learning Boost (dl Boost) And Intel Gaussian & Neural Accelerator (gna) 3.0 Accelerate Ai Tasks. • Streaming & Multitasking: • Stream + Record Simultaneously Without Fps Drops. • H.265 & Av1 Encoding For High-quality Streaming. 4k/8k Video Editing & 3d Rendering Security & Reliability • Hardware-based Security: • Enterprise-grade Stability: Graphics: Nvidia Geforce Rtx 4060 8gb Gddr6 Display:16" 16:10 Ips Qhd 2560x1600 240hz 100% Dci-p3 500nits 3ms Memory: 16gb Ddr5 4800mhz (up To 32gb Only) Storage:1tb Pcle 4.0 Ssd 8. Unit 3 High End Laptop (branded And Brand New) Operation System: Windows 11 High-performance Processing & Multitasking • Cores & Threads: • Older Generations: 4 To 8 Cores With Hyper-threading. • Recent Generations (12th & 13th Gen): Up To 16 Cores (8 Performance + 8 Efficiency Cores) And 24 Threads. • Clock Speeds: • Base Clock: Typically 2.5 Ghz To 3.8 Ghz. • Turbo Boost: Up To 5.4 Ghz (newer Generations Like Core I7-13700k). • Dynamically Manages Workloads Between Performance Cores (p-cores) And Efficiency Cores (e-cores). Content Creation & Productivity • Video Editing & 3d Rendering: • Handles 4k Video Editing In Premiere Pro, Davinci Resolve, Blender, Etc. • Streaming & Multitasking: • Stream + Record At The Same Time Without Fps Drops. • Supports Hardware-accelerated Encoding (h.265, Av1, Etc.) For Smoother Streaming. • Office & Productivity Work: • Great For Programming, Spreadsheets, Cad, And Simulations. Security & Reliability • Hardware-based Security Features: • Enterprise-grade Stability: • Reliable For Business And Workstation Environments. Workstations & Professional Use Graphics: Nvidia® Geforce Rtx™ 3050 4gb Gddr6 Laptop Gpu Display: 15.6" Fhd (1920*1080), 144hz Ips-level 1t Nvme Pcie Ssd Gen4x4 Ddr4 16gb 9. Unit 16 Mid Range Desktop Computer (branded And Brand New Set) Processing Power & Multitasking • Cores & Threads: Typically 4 To 14 Cores, With Hyper-threading Support In Newer Generations. • Clock Speeds: Base Clock Ranges From 1.0 Ghz To 4.0 Ghz, With Turbo Boost Up To 5.1 Ghz (varies By Generation). • Performance Per Core: Optimized For Office Applications, Which Rely On Strong Single-core Performance. • Provides Faster Data Access For Frequently Used Applications. Content Creation & Productivity • Photo & Video Editing: • Fast Rendering And Encoding With Support For Avx2 & Deep Learning Boost (dl Boost) In Newer Models. • Multitasking: • Handles Multiple Applications Simultaneously With Multiple Cores And High Clock Speeds. • Supports High-speed Ddr4/ddr5 Memory For Faster Workflow. • Office & Business Work: • Well-suited For Excel, Word, Video Conferencing, And Cloud-based Applications. Casual Content Creation (photo/video Editing, 3d Design) Security & Reliability • Hardware-based Security: • Control Flow Enforcement Technology (cet) For Protection Against Cyber Threats. • Stable For Long-term Use: • Well-optimized For Business, Education, And Home Computing. Memory: 8gb Ddr4 Sdram Storage: 1tb + 256 Gb Ssd Display: 21.5" Os: Win 11 Graphics Card: Gt 730 2gb Or Gt1030 2gb Software: Offices H&s Accessories: Usb Keyboard & Mouse 10. Unit 2 Custom Built High End Desktop Computer (branded And Brand New Set) Operating System: Windows 11 Processing Power & Multitasking • 6 Cores, 12 Threads (via Hyper-threading) • Enables Smooth Multitasking And Faster Processing Of Multi-threaded Applications. • Clock Speeds: • Base Clock: Typically 2.6 Ghz – 3.8 Ghz (varies By Generation). • Turbo Boost: Up To 4.8 Ghz – 5.0 Ghz In Newer Models. • Performance Optimization: • Great For Productivity Applications, Programming, And Software Development. • Efficient At Handling Virtual Machines And Multitasking Workloads. Content Creation & Productivity • Photo & Video Editing: • Faster Rendering In Adobe Premiere Pro, Davinci Resolve, And Photoshop. • 3d Modeling & Cad Software: • Handles Programs Like Autocad, Blender, And Solidworks With Ease. • Streaming & Recording: • Capable Of Streaming With Minimal Performance Drops. Security & Reliability • Enhances Security For Virtual Machines And Sandboxing Applications. • Protects Against Malware And Exploits. Software Development & Programming Streaming & Multitasking Business Workstations & Productivity Tasks Power Supply: 450w Process Speed: 2.1 Ghz Turbo 5.3 Ghz Memory Standard: 8gb, Maximum Of 32 Gb Ddr4 Sdram Internal Memory: 256gb Ssd + 1 Tb 7200 Rpm Sata Screen: 23.8" Resolution: 1920 X 1080 @ 100hz Non-built In Graphics Card: 8gb Gtx 1050 11. Unit 1 Server Hard Disk Drive Device Type: Hard Drive - Hot-swap Capacity: 1.2tb Form Factor: 2.5" Interface: Sas Drive Transfer Rate: 1.2 Gbps (external) Spindle Speed: 10,000 Rpm Compatible Bay: 2.5" 12. Unit 6 Mouse And Keyboard Keycaps: A-shape, Round Edge Hotkeys: 12 Fn Multimedia Hotkeys Character: Laser Engraving Adjustable Keyboard Legs: Yes Dimension: 450 X 150 X 25 Mm Cable Length: 150 Cm Port: Usb Mouse:op-720 13. Unit 3 Tablet Network: Gsm/hspa/lte/5g Dimension: 254.3 X 165.8 X 6.5mm (10.01 X 6.53 X 0.26 In) Sim: Nano-sim, Esim Resolution Display: 1440 X 2304 Pixels, 16:10 Ratio (~249 Ppi Density) Cpu: Octa-core (4x2.4 Ghz Cortex-a78 & 4x2.0 Ghz Cortex-a55 Gpu: Mali-g68 Mp5 Memory Card Slot: Microsdxc (dedicated Slot) Memory Internal: 128gb 6gb Ram Main Camera: 8mp (wide), Video: 4k@40fps, 1080@30fps Selfie Camera: 12mp (ultrawide) Wlan: Wi-fi 802.11 A/b/g/n/ac/6, Dual Band, W-fi Direct Bluetooth: 5.3, A2dp, Le Positioning: Gps, Galileo, Glonass, Bds, Qzss Usb: Type-c 2.0, Magnetic Connector Battery: Li-po 8000mah, Non-removable Lot 2 1. Unit 1 Mid-ranged Printer With Scanner Wired / Wireless Network Connectivity Inkjet Printer - A4 Print Speed Up To 28 Ipm (black)/ 28 Ipm (colour) Wifi, Airprint, Mopria, Wifi Direct, Lan, Nfc Connectivity, Usb 2.0 Auto 2-sided (duplex) Printing, 50 Sheets Auto-document Feeder (adf), 3.5” Colour Lcd Touchscreen Full Ink Cartridge Included. Yield Up To 550/550 Pages ( Black/ Color)* 1 Year Or 300,000 Pages Whichever Comes First 2. Unit 22 Printer With Scanner Printer Type: Print, Scan, Copy, Fax With Adf Printer Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Maximum Resolution: 5760 X 1440 Dpi Print Speed: Photo Default - 10 X 15 Cm/4x6 Approx. 69 Sec Per Photo (border) 90 Sec Per Photo (borderless)*2, Draft, A4 (black/colour): Up To 33 Ppm/15 Ipm*2 Iso 24734, A4 Simplex (black/colour): Up To 10 Ipm/5.0 Ipm*2" 3. Unit 1 High-end Impact Dot Matrix Printer (branded): Print Method: Impact Dot Matrix Control Panel: 6 Switches And 10 Leds Print Direction: Bi-direction Control Code: Esc/p2, Ibm Ppds Number Of Pins: 24 Print Speed: Up To 487 Cms (10 Cpi) Input Data Buffer: 128kb Mean Time Between Failure (mtbf): 25,000 Power On Hours (poh) (25% Duty) 4. Unit 1 Mid-range Dot Matrix Printer (branded): Print Method: Impact Dot Matrix Control Panel: 4 Switches And 5 Leds Print Direction: Bi-direction With Logic Seeking Number Of Pins In Head: 9 Pins Control Code: Esc/p And Ibm Ppds Emulation Number Of Pins: 9 Print Speed: High Speed Draft: (10/12/15 Cpi): 347/347/390 Cps Draft: (10/12/15 Cpi): 260/312/223 Cps, (condensed, 17/20 Cpi): 222/260 Cps (emphasized, 10 Cpi) 130 Cps 5. Unit 1 Label Printer Tape Width: 12 - 36mm Tape Type: Lk Tape Cartridges Printing: Cutter Type: Full Xut, Half Cut, Corner Cut Printing Technology: Thermal Transfer Printing Resolution: 360 Dpi/384 Dot Memory: Files (built-in Memory: Pc/app Dependent Text Data: Printable Lines: Pc/app Dependent Interface: Usb, Wi-fi,lan 6. Unit 4 Heavy Duty Printer Printing Technology: Precision Core Printhead Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) Print Direction: Bi-directional Printing Maximum Resolution: 4800 X 1200 Dpi Minimum Ink Droplet Volume: 3.3 Pl Print Speed: Draft Text - Memo, A4 (black/colour*2): Up To 30 Ppm/20ppm Photo: A4*2 (border/borderless): Approx. 156 Sec/210 Sec Photo: A3*2: (border/borderless): Approx. 270 Sec/ - Paper Feed Method: Rear Feed Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper Output Capacity: 100 Sheets Of A4 Plain Paper Support Paper Size: A3+,a3,a4,a5,a6,b4,b5,b6,letter,legal,indian-legal, 100 X 148mm,3.5 X 5",4 X 6" Interface: Usb 2.0 Network: Wi-fi Ieee 802.11/b/g/n, Wi-fi Direct 7. Unit 1 Id Printer Print Speed: 200 Interface: Usb 2.0 Resolution Tvl: 300 X 256 Dpi Print Method: Dye-sublimation Thermal Transfer Digital Memory: 128 Mb Physical Dimension: 391.1 X 175.2 X 223.5mm (with Free Cleaning Kit) (with Service Center And Technical Support In Palawan) 8. Unit 1 Flatbed Scanner With Adf Scanner Type: A4 Flatbed Colour Image Scanner Sensor Type: 4-line Colour Ccd Light Source: White Led Optical Resolution: 1,200 Dpi X 1,200 Dpi Output Resolution: 50 Dpi - 4,800 Dpi (1 Dpi Increments), 7,200 Dpi And 9,600 Dpi 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 Max Document Size: 216 X 297 Mm Output File Formats: Jpeg, Tiff, Multi-tiff, Pdf, Bmp Document Capture Pro (win): Jpeg, Bmp, Pdf, Searchable Pdf, Tiff, Multi-tiff, Png, Docx, Xlsx, Pptx 9. Unit 1 Portable Scanner Scanner Type: Mobile Scanner Optical Resolution (adf): 600 Dpi X 600 Dpi Horizontal X Vertical) Optical Resolution: 1.200 Dpi X 1.200 Dpi (horizontal X Vertical) Paper Formats: A4, A5, A6, Letter, Plastic Cards, Business Cards, B5, B6, Postcard, Legal, C4, C5, C6 Scan Speed: Monochrome: 25 Pages/min - Color: 25 Pages/min Measured With Size: A4, Resolution: 200 / 300 Dpi Monochrome: 50 Image/min - Color: 50 Image/min Measured With Size: A4, Resolution: 200 / 300 Dpi Paper Setting Capacity: 20 Sheets Duplex Scan: Yes Output Formats: Bmp, Jpeg, Tiff, Multi-tiff, Pdf, Searchable Pdf, Jpeg(colour/greyscale), Pdf(colour/greyscale) Scanning Volume: 500 Pages Per Day Interface: Usb 3.2 Gen 1x1" 10. Unit 1 High-end Scanner Scanner Type: Adf (automatic Document Feeder) / Manual Feed, Duplex Scanning Speed: A4 Portriat : Auto Mode: Simplex / Duplex: 40 Ppm Normal Mode: Simplex / Duplex 40 Ppm (color / Grayscale: 150 Dpi, Monochrome: 300 Dpi) Better Mode: Simplex / Duplex: 40 Ppm (color / Grayscale ; 200 Dpi, Monochrome: 400 Dpi Scanning Mode: Color, Grayscale, Monochrome, Automatic (color/grayscale/monochrome*4 Detection) Image Sensor: Cis X 2 (front X 1, Back X 1) Document Size: A4 11. Unit 1 Heavy Duty Photocopier System Speed: Up To 20 Ppm System Memory: 256 Mb Print Resolution: 600 X 600 Dpi Scan Resolution: 600 X 600 Dpi Warp-up Time: Less Than 15 Sec. Printable Paper Size: A3 Printable Paper Weight: 64-157 Gsm Paper Input Capacity: 250 Sheets Toner: Tn118 Drum: Dr114 Developer: Dv110 12. Unit 15 Print Head Epson All-in-one Original Epson Printhead L3100 L220 L120 L5190 L3150 L5290 L4150 L6170 L5196 L3100 L3110 L3150 L5290 L3250 L5190 L5196 L110 / L130 / L380 / L3110 / L111 / L120 / L210 / L220 / L211 / L301 L551/310 L358 Print Head Print Head Epson Epson Print Head Lot 3 1. Unit 1 Soundcard & Mic Condenser Complete Set Premium Suit Sound Card, For Live Stream And Recording With Condenser Microphone Complete Set - Wired Audio Compatibility Camera, Mobile, Motor, Others, Pc & Laptop Microphone Type Condenser Microphone Microphone Connectivity Wired Microphone Accessory Type Stand Dimension (l X W X H) 44*22*15 " Camera Accessories 2. Unit 2 Stabilizer - Lightweight Design, Supports A7 + 24-70mm F2.8 Gm, Bluetooth Shutter Control, 3rd-gen Rs Stabilization Algorithm, Native Vertical Shooting, 1.4" Full-color Touchscreen 3. Unit 2 Lens - Image Stabilisation Of Up To 6 Stops 0.41x Magnification Compatible With Extender Rf1.4x & Rf2x -- Reach Up To 800mm 4. Unit 1 Tripod - 11 Lb Capacity Video Head Sliding Balance Plate, 34.4 To 72.6" Height Range Continuous Pan Drag/fixed Tilt Drag 2 X Retracting Locating Pins On Plate 60mm Leveling Ball 5. Unit 1 Monopod - 8.8 Lb Payload / 2-step Counterbalance 60mm Flat Base With 3/8"-16 Thread 26 To 68.5" Height Range Locking/folding Leg Base 6. Unit 4 Mic - Isolation Mount System Ultra-compact And Lightweight – Just 39g 7. Unit 1 Wireless Headset Intercom System - 150hz-7khz Wideband Frequency Response For Clear Audiotrue Wireless Headset, 168g Lightweight, 1000' 2-way Operating Range, Dect 6.0 For Stability And Security Instant Pairing 8. Unit 1 Wireless Video Transmitter And Receiver Hdmi Sdi 4k30/1080p60 1300ft Los Range 50ms Latency Up To 4 Receiver, Auto Dual-band Hopping (adh), Smart Channel Scan, Live Stream (1tx+1rx) 9. Unit 1 Wireless Lavalier Mic - Up To 60meters Of Wireless Transmission. Built-in Lithium-ion Battery Voltage/ Capacity:3.7v/1800mah. Charging Time:approx.3 Hours. Charging Connector:usb-c Port. Up To 60meters Of Wireless Transmission, Times For Charging Microphone Weight:1.2 Times (2*tx+1*rx) Dimensions:180.5g. Operating Temperature:163x81x33mm. Storage Temperature:-10°c To +50°c. Camera Mirrorless 10. Unit 1 24.2mp Aps Cmos Sensor, Iso: 100-12,800, Fully Articulated Screen, With 18-45mm Kitlens 11. Unit 1 24.2mp Aps-c Type (23.5 X 15.6 Mm), Exmor® Cmos Sensor 12. Unit 1 Handycam Uhd 4k 24/30p & 16.6mp Stills, Built-in Gimbal, Optical Stabilization 1/2.5"exmor R Low-light Cmos Sensor 20x Optical Zoom & 40x Clear Image Zoom 26.8mm Zeiss Vario-sonnar T* Zoom Lens 3"lcd Touchscreen 13. Unit 1 Drone (combo) 4k60fps Hdr, Omnidirectional Obstacle Sensing, 20km Transmission, Active Track 360, 1080p/60fps Fhd Live Feed, Advanced Rth Lot 4 1. 8 Unit Router Super-fast 1.8 Gbps Wi-fi – Enjoy Smooth 4k Streaming And Downloading With Super-fast Wi-fi Speeds Of 1.8 Gbps.† Connect More Devices – Communicates With More Devices Using Ofdma While Simultaneously Reducing Lag.‡ Broader Coverage – Improved Algorithm, Beamforming, And High-performance Antennas Enhance The Wi-fi Coverage Performance. Next-gen Platform – The Next-gen High-efficiency Chipset Provides Fast And Stable Wi-fi While Saving Power Consumption. Parental Controls – Enjoy The Most Versatile Yet Free Parental Controls Features Among All Routers, Including Url Blocking, Profile Management, Pausing, And More. Works With Most Isps – Compatible With Most Isps With Extra L2tp/pptp Support. Iptv Support Works With Your Existing Tv Over The Internet Contract. Onemesh – Use With Onemesh Extenders To Get Whole-home Coverage And Enjoy Smooth Roaming Between Signals. 2. 4 Unit Cat6 Utp Cable Utp Cable Cat6 (100m Roll) 3. 5 Unit Cat5e Utp Cable Utp Cable Cat5e (100m Roll) 4. Cable Tie 5. 100 Unit 3" (3x80mm) 6. 100 Unit 4" (3x100mm) 100 Unit 5" (4x120mm) Rj45 7. 200 Unit Pass Through Rj45 Cat6 And Cat5 Connector 8. 200 Unit Rj45 Cat6 And Cat5 Connector 9. 2 Unit Crimping Tool Pass Through Cat6 Crimping Tool For Cat5 Cat5e Cat6 8p8c Connector, All-in-one Ethernet Crimper 10. 4 Unit Switch Hub 1000base-t Interface 24 Auto Mdi/mdix Yes Switching Capacity 48gbps Max. Packet Forwarding Rate 35.712 Mpps Store & Forwarding Yes Dimension 282.2 X 178 X 44.5 Mm (11.11 In. X 7.01 In. X 1.75 In.) Weight 1.14 Kgs Operation Temperature 0 ~ 40 °c Storage Temperature - 40 ~ 70 °c Operation Humidity 10% ~ 90% Rh Maximum Power Consumption 13.5 Watts Standby Power Consumption 6.5 Watts Mtbf 247,291 Hours Power Input Ac:100 ~ 240 V Packet Buffer Size 512kbytes Fan Fanless Mac Address Table Size 16000 802.3x Flow Control Yes Jumbo Frame 9,216 Bytes Switch Intelligence Unmanaged Switching Capacity 48gbps Max. Packet Forwarding Rate 35.712 Mpps Dimension 282.2 X 178 X 44.5 Mm (11.11 In. X 7.01 In. X 1.75 In.) Weight 1.14 Kgs Power Input Ac 100v-240v Mac Address Table Size 16000" 11. 8 Unit 16gb Flash Drive 12. 12 Unit 32gb Flash Drive 13. 4 Unit 128gb Flash Drive 14. 5 Unit 64gb Flash Drive Flash Drive,usb, 3.0, 64 Gb Capacity 15. 10 Unit Wireless Wifi Dongle High Speed Wifi– Up To 600mbps Speeds With 200mbps On 2.4ghz And 433 Mbps On 5ghz, Upgrades Your Devices To Higher Ac Wifi Speeds. Dual Band Wireless – 2.4ghz And 5ghz Band For Flexible Connectivity, Upgrades Your Devices To Work With The Latest Dual-band Wifi Router For Faster Speed And Extended Range. Nano Design – Small, Unobtrusive Design Allows You To Plug It In And Forget It Is Even There Operating System – Supports Windows 10/8.1/8/7/xp, Mac Os X Advanced Security –supports 64/128-bit Wep, Wpa/wpa2, And Wpa-psk/wpa2-psk Encryption Standards" 16. 5 Unit Power Bank Name: Quick Charge Mobile Power Supply Battery Type: Li-polymer Battery Capacity: 60000mah Rated Energy: 220wh Rated Capacity: 36000mah (5v/3s Size: Zl280xw83.5xh66mm Weight: 1400g 17. 15 Unit Ups Battery Replacement 12v Dc 7ah Lwh – 151 X 64.5 X 94 Mm Lwh – 5.94 X 2.56 X 3.74 Inches 18. 5 Unit Power Station Battery Type Lifepo4 Battery Capacity In Wh 256 Wh Output Usb Usb-a Output (x2): 5v, 2.4a (12w Max) Usb-c Output (x1): 5/9/12/15/20v, 3a (60w Max) Output Dc 1x 12.6v, 8a (100w Max) Output 230 V 1 X Ac 230v (eu 19. 2 Unit Computer Monitor Screen Size: 24.5 Brightness: 250cd/ml (typical) Aspect Ratio: 16:9 Backlight: Wled Response Time: 4ms (extreme Mode) 6mc(normal Mode) Panel Type: Va Viewing Angle: 178"/178" Connection Type: 1 X Vga X Hdmi 1.4 X Audio Out (3.5mm) Included Accessory: Hdmi Cable Maximum Resolution: 1920 X 1080 Refresh Rate: 75 Hz 20. 6 Unit Access Point Up To 150mbps On 5ghz Wireless Data Rates*1 23dbi High-gain Directional Antenna And A Dedicated Metal Reflector, Ideal For Long-distance Wireless Transmission Up To 20km*2 Excellent Beam Directivity, Improved Latency And Noise Cancellation Innovative Snap-lock Parts Make For Fast Assembly And A Sturdy Structural Design Keeps Cpe605 Stable Even In Strong Winds Durable Ip65 Weatherproof Enclosure Along With 15 Kv Esd And 6 Kv Lightning Protection Ensures All-weather Suitability*3 Tp-link Pharos Maxtream Tdma Technology Improves Throughput, Capacity And Latency Performance Pharos Control Gives Administrators A Free, Centralized Management System Passive Poe Supports To Allow Flexible Deployment And Convenient Installation 21. 1 Unit Projector Projection System: 3lcd, 3-chip Technology Native Resolution: 1280 X 800 (wxga) Color Brightness: 4000 Lumens1 White 22. 1 Unit Projector Lamp Projector Lamp For Epson Eb-s41 Note: There Shall Be No Partial Delivery In All Lots Additional Requirement To All Bidders: 1. Suppliers Should Not Have Any Pending Deliveries In This Local Government Unit Similar To The Items Being Procured. Additional Requirements To The Winning Bidders: 1. All Items Must Be Replaced If Found Defective Or Damage Within 7 Days Upon Delivery. 2. All Items Must Be Authentic And Produced By Reputable Companies. 3. With Service Center In Puerto Princesa City Or With Memorandum Of Understanding (mou) For A Partner Service Center 4. One (1) Year Warranty On Parts And Services. 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 2 To May 22, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (₱5,000.00) For Lot 1 And Lot 2; One Thousand Pesos (₱1,000.00) For Lot 3; Five Hundred Pesos (₱500.00) For Lot 4. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On May 9, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before May 22, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On May 22, 2025, 9:30 A.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Lyn M. Fabula Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.)orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson
Municipality Of San Vicente, Palawan Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date15 Apr 2025
Tender AmountPHP 4.6 Million (USD 80.9 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Information And Communication Technologies (ict) Equipment And Accessories Intended For Different Offices, This Municipality /gds-2025-045 1. The Municipal Government Of San Vicente, Palawan, Through The General Fund Intends To Apply The Sum Of Two Million Five Hundred Nineteen Thousand Two Hundred Eighty-one Pesos And Sixty Centavos (₱2,519,281.60) For Lot 1; One Million Sixty-four Thousand Nine Hundred Thirty-five Pesos (₱1,064,935.00) For Lot 2; Six Hundred Seventy-three Thousand Three Hundred Seventy-one Pesos And Forty-five Centavos (₱673,371.45) For Lot 3; Three Hundred Eighty-four Thousand Eight Hundred Thirty-seven Pesos (₱384,837.00) For Lot 4 Being The Abc To Payments Under The Contract For Supply And Delivery Of Information And Communication Technologies (ict) Equipment And Accessories Intended For Different Offices, This Municipality /gds-2025-045. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot 1 1. Unit 27 Uninterruptible Power Supply Main Input Voltage: 230v Rated Power In W: 325w Rated Power In Va: 650va Output Connection Type: 2 Universal Receptacle Cable Length: 1.2 M Number Of Cable: 1 Battery Type: Lead-acid-battery 2. Unit 6 Heavy Duty Uninterruptible Power Supply Super-fast Built-in Charge: Battery To Recharge Up To 90% If Its Capacity Within 2-4 Hours Full Protection: Warning System For Overload, Discharge, And Overcharge High Reliability: Use Of Excellent Microprocessor 2-step Automated Voltage Regulator (avr): Ensures Voltage Stabilization, Prevents Unnecessary Battery Life Drainage General: Capacity: 2000va (1200 Watts) Dimension (mm): 320 X 130 X 182 (d X W X H) Input Nominal Voltage: 230 Vac 3. Unit 33 Automatic Voltage Regulator With Thick And Strong Handle For Easy Handling Wattage: 1500 Watts With 5 Outlets Motor Type: Servo Motor Auto-volt 110 And 220vac 50/60hz Flat Pin Plug Cable Specs 2 X 1.5 Mm2 Product Dimension: 15 X 23 X 20 Cm 1.3m Cord 4. Unit 15 1 Tb External Hard Drive 5. Unit 9 2tb External Hard Drive 6. Unit 5 Laptop Mid-range (branded And Brand New) Processing Power & Multitasking • Cores & Threads: Typically, 4 To 14 Cores, With Hyper-threading Support In Newer Generations. • Clock Speeds: Base Clock Ranges From 1.0 Ghz To 4.0 Ghz, With Turbo Boost Up To 5.1 Ghz (varies By Generation). • Performance Per Core: Optimized For Office Applications, Which Rely On Strong Single-core Performance. • Provides Faster Data Access For Frequently Used Applications. Content Creation & Productivity • Photo & Video Editing: • Fast Rendering And Encoding With Support For Avx2 & Deep Learning Boost (dl Boost) In Newer Models. • Multitasking & Everyday Computing • Handles Multiple Applications Simultaneously With Multiple Cores And High Clock Speeds. • Supports High-speed Ddr4/ddr5 Memory For Faster Workflow. • Office & Business Work: • Well-suited For Excel, Word, Video Conferencing, And Cloud-based Applications. Casual Content Creation (photo/video Editing, 3d Design) Security & Reliability • Hardware-based Security: • Control Flow Enforcement Technology (cet) For Protection Against Cyber Threats. • Stable For Long-term Use: • Well-optimized For Business, Education, And Home Computing. Laptops With Good Battery Life Display: 14" Fhd Ips Memory: 8gb Graphics: Mx350 2gb Or Higher Storage: 1tb + 256gb Ssd Os: Win 10" 7. Unit 2 High End Laptop ( High End Both Graphics And Videos) Suitable For High-end Graphic Designing And Video Editing Operation System: Windows 11 High-performance Processing & Multitasking • Core & Thread Count: • Up To 24 Cores (8 P-cores + 16 E-cores) And 32 Threads • P-cores (performance Cores): Handle Intensive Tasks • E-cores (efficiency Cores): Handle Background Tasks To Optimize Power Use. • Clock Speeds: • Base Clock: 3.0 Ghz To 3.5 Ghz • Turbo Boost Max 3.0: Up To 5.8 Ghz (core I9-13900k) • Dynamically Assigns Tasks To P-cores Or E-cores For Best Performance And Efficiency. Content Creation & Productivity • Rendering & Video Editing: • 8 P-cores + 16 E-cores Enable Fast Multi-threaded Performance. • Optimized For Adobe Premiere, Davinci Resolve, Blender, And Autocad. • Ai & Machine Learning: • Deep Learning Boost (dl Boost) And Intel Gaussian & Neural Accelerator (gna) 3.0 Accelerate Ai Tasks. • Streaming & Multitasking: • Stream + Record Simultaneously Without Fps Drops. • H.265 & Av1 Encoding For High-quality Streaming. 4k/8k Video Editing & 3d Rendering Security & Reliability • Hardware-based Security: • Enterprise-grade Stability: Graphics: Nvidia Geforce Rtx 4060 8gb Gddr6 Display:16" 16:10 Ips Qhd 2560x1600 240hz 100% Dci-p3 500nits 3ms Memory: 16gb Ddr5 4800mhz (up To 32gb Only) Storage:1tb Pcle 4.0 Ssd 8. Unit 3 High End Laptop (branded And Brand New) Operation System: Windows 11 High-performance Processing & Multitasking • Cores & Threads: • Older Generations: 4 To 8 Cores With Hyper-threading. • Recent Generations (12th & 13th Gen): Up To 16 Cores (8 Performance + 8 Efficiency Cores) And 24 Threads. • Clock Speeds: • Base Clock: Typically 2.5 Ghz To 3.8 Ghz. • Turbo Boost: Up To 5.4 Ghz (newer Generations Like Core I7-13700k). • Dynamically Manages Workloads Between Performance Cores (p-cores) And Efficiency Cores (e-cores). Content Creation & Productivity • Video Editing & 3d Rendering: • Handles 4k Video Editing In Premiere Pro, Davinci Resolve, Blender, Etc. • Streaming & Multitasking: • Stream + Record At The Same Time Without Fps Drops. • Supports Hardware-accelerated Encoding (h.265, Av1, Etc.) For Smoother Streaming. • Office & Productivity Work: • Great For Programming, Spreadsheets, Cad, And Simulations. Security & Reliability • Hardware-based Security Features: • Enterprise-grade Stability: • Reliable For Business And Workstation Environments. Workstations & Professional Use Graphics: Nvidia® Geforce Rtx™ 3050 4gb Gddr6 Laptop Gpu Display: 15.6" Fhd (1920*1080), 144hz Ips-level 1t Nvme Pcie Ssd Gen4x4 Ddr4 16gb 9. Unit 16 Mid Range Desktop Computer (branded And Brand New Set) Processing Power & Multitasking • Cores & Threads: Typically 4 To 14 Cores, With Hyper-threading Support In Newer Generations. • Clock Speeds: Base Clock Ranges From 1.0 Ghz To 4.0 Ghz, With Turbo Boost Up To 5.1 Ghz (varies By Generation). • Performance Per Core: Optimized For Office Applications, Which Rely On Strong Single-core Performance. • Provides Faster Data Access For Frequently Used Applications. Content Creation & Productivity • Photo & Video Editing: • Fast Rendering And Encoding With Support For Avx2 & Deep Learning Boost (dl Boost) In Newer Models. • Multitasking: • Handles Multiple Applications Simultaneously With Multiple Cores And High Clock Speeds. • Supports High-speed Ddr4/ddr5 Memory For Faster Workflow. • Office & Business Work: • Well-suited For Excel, Word, Video Conferencing, And Cloud-based Applications. Casual Content Creation (photo/video Editing, 3d Design) Security & Reliability • Hardware-based Security: • Control Flow Enforcement Technology (cet) For Protection Against Cyber Threats. • Stable For Long-term Use: • Well-optimized For Business, Education, And Home Computing. Memory: 8gb Ddr4 Sdram Storage: 1tb + 256 Gb Ssd Display: 21.5" Os: Win 11 Graphics Card: Gt 730 2gb Or Gt1030 2gb Software: Offices H&s Accessories: Usb Keyboard & Mouse 10. Unit 2 Custom Built High End Desktop Computer (branded And Brand New Set) Operating System: Windows 11 Processing Power & Multitasking • 6 Cores, 12 Threads (via Hyper-threading) • Enables Smooth Multitasking And Faster Processing Of Multi-threaded Applications. • Clock Speeds: • Base Clock: Typically 2.6 Ghz – 3.8 Ghz (varies By Generation). • Turbo Boost: Up To 4.8 Ghz – 5.0 Ghz In Newer Models. • Performance Optimization: • Great For Productivity Applications, Programming, And Software Development. • Efficient At Handling Virtual Machines And Multitasking Workloads. Content Creation & Productivity • Photo & Video Editing: • Faster Rendering In Adobe Premiere Pro, Davinci Resolve, And Photoshop. • 3d Modeling & Cad Software: • Handles Programs Like Autocad, Blender, And Solidworks With Ease. • Streaming & Recording: • Capable Of Streaming With Minimal Performance Drops. Security & Reliability • Enhances Security For Virtual Machines And Sandboxing Applications. • Protects Against Malware And Exploits. Software Development & Programming Streaming & Multitasking Business Workstations & Productivity Tasks Power Supply: 450w Process Speed: 2.1 Ghz Turbo 5.3 Ghz Memory Standard: 8gb, Maximum Of 32 Gb Ddr4 Sdram Internal Memory: 256gb Ssd + 1 Tb 7200 Rpm Sata Screen: 23.8" Resolution: 1920 X 1080 @ 100hz Non-built In Graphics Card: 8gb Gtx 1050 11. Unit 1 Server Hard Disk Drive Device Type: Hard Drive - Hot-swap Capacity: 1.2tb Form Factor: 2.5" Interface: Sas Drive Transfer Rate: 1.2 Gbps (external) Spindle Speed: 10,000 Rpm Compatible Bay: 2.5" 12. Unit 6 Mouse And Keyboard Keycaps: A-shape, Round Edge Hotkeys: 12 Fn Multimedia Hotkeys Character: Laser Engraving Adjustable Keyboard Legs: Yes Dimension: 450 X 150 X 25 Mm Cable Length: 150 Cm Port: Usb Mouse:op-720 13. Unit 3 Tablet Network: Gsm/hspa/lte/5g Dimension: 254.3 X 165.8 X 6.5mm (10.01 X 6.53 X 0.26 In) Sim: Nano-sim, Esim Resolution Display: 1440 X 2304 Pixels, 16:10 Ratio (~249 Ppi Density) Cpu: Octa-core (4x2.4 Ghz Cortex-a78 & 4x2.0 Ghz Cortex-a55 Gpu: Mali-g68 Mp5 Memory Card Slot: Microsdxc (dedicated Slot) Memory Internal: 128gb 6gb Ram Main Camera: 8mp (wide), Video: 4k@40fps, 1080@30fps Selfie Camera: 12mp (ultrawide) Wlan: Wi-fi 802.11 A/b/g/n/ac/6, Dual Band, W-fi Direct Bluetooth: 5.3, A2dp, Le Positioning: Gps, Galileo, Glonass, Bds, Qzss Usb: Type-c 2.0, Magnetic Connector Battery: Li-po 8000mah, Non-removable Lot 2 1. Unit 1 Mid-ranged Printer With Scanner Wired / Wireless Network Connectivity Inkjet Printer - A4 Print Speed Up To 28 Ipm (black)/ 28 Ipm (colour) Wifi, Airprint, Mopria, Wifi Direct, Lan, Nfc Connectivity, Usb 2.0 Auto 2-sided (duplex) Printing, 50 Sheets Auto-document Feeder (adf), 3.5” Colour Lcd Touchscreen Full Ink Cartridge Included. Yield Up To 550/550 Pages ( Black/ Color)* 1 Year Or 300,000 Pages Whichever Comes First 2. Unit 22 Printer With Scanner Printer Type: Print, Scan, Copy, Fax With Adf Printer Method: On-demand Inkjet (piezoelectric) Printer Language: Esc/p-r, Esc/p Raster Maximum Resolution: 5760 X 1440 Dpi Print Speed: Photo Default - 10 X 15 Cm/4x6 Approx. 69 Sec Per Photo (border) 90 Sec Per Photo (borderless)*2, Draft, A4 (black/colour): Up To 33 Ppm/15 Ipm*2 Iso 24734, A4 Simplex (black/colour): Up To 10 Ipm/5.0 Ipm*2" 3. Unit 1 High-end Impact Dot Matrix Printer (branded): Print Method: Impact Dot Matrix Control Panel: 6 Switches And 10 Leds Print Direction: Bi-direction Control Code: Esc/p2, Ibm Ppds Number Of Pins: 24 Print Speed: Up To 487 Cms (10 Cpi) Input Data Buffer: 128kb Mean Time Between Failure (mtbf): 25,000 Power On Hours (poh) (25% Duty) 4. Unit 1 Mid-range Dot Matrix Printer (branded): Print Method: Impact Dot Matrix Control Panel: 4 Switches And 5 Leds Print Direction: Bi-direction With Logic Seeking Number Of Pins In Head: 9 Pins Control Code: Esc/p And Ibm Ppds Emulation Number Of Pins: 9 Print Speed: High Speed Draft: (10/12/15 Cpi): 347/347/390 Cps Draft: (10/12/15 Cpi): 260/312/223 Cps, (condensed, 17/20 Cpi): 222/260 Cps (emphasized, 10 Cpi) 130 Cps 5. Unit 1 Label Printer Tape Width: 12 - 36mm Tape Type: Lk Tape Cartridges Printing: Cutter Type: Full Xut, Half Cut, Corner Cut Printing Technology: Thermal Transfer Printing Resolution: 360 Dpi/384 Dot Memory: Files (built-in Memory: Pc/app Dependent Text Data: Printable Lines: Pc/app Dependent Interface: Usb, Wi-fi,lan 6. Unit 4 Heavy Duty Printer Printing Technology: Precision Core Printhead Nozzle Configuration: 400 X 1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) Print Direction: Bi-directional Printing Maximum Resolution: 4800 X 1200 Dpi Minimum Ink Droplet Volume: 3.3 Pl Print Speed: Draft Text - Memo, A4 (black/colour*2): Up To 30 Ppm/20ppm Photo: A4*2 (border/borderless): Approx. 156 Sec/210 Sec Photo: A3*2: (border/borderless): Approx. 270 Sec/ - Paper Feed Method: Rear Feed Input Capacity: 100 Sheets Of A4 Plain Paper (80 G/m2), 20 Sheets Of Premium Glossy Photo Paper Output Capacity: 100 Sheets Of A4 Plain Paper Support Paper Size: A3+,a3,a4,a5,a6,b4,b5,b6,letter,legal,indian-legal, 100 X 148mm,3.5 X 5",4 X 6" Interface: Usb 2.0 Network: Wi-fi Ieee 802.11/b/g/n, Wi-fi Direct 7. Unit 1 Id Printer Print Speed: 200 Interface: Usb 2.0 Resolution Tvl: 300 X 256 Dpi Print Method: Dye-sublimation Thermal Transfer Digital Memory: 128 Mb Physical Dimension: 391.1 X 175.2 X 223.5mm (with Free Cleaning Kit) (with Service Center And Technical Support In Palawan) 8. Unit 1 Flatbed Scanner With Adf Scanner Type: A4 Flatbed Colour Image Scanner Sensor Type: 4-line Colour Ccd Light Source: White Led Optical Resolution: 1,200 Dpi X 1,200 Dpi Output Resolution: 50 Dpi - 4,800 Dpi (1 Dpi Increments), 7,200 Dpi And 9,600 Dpi 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 Max Document Size: 216 X 297 Mm Output File Formats: Jpeg, Tiff, Multi-tiff, Pdf, Bmp Document Capture Pro (win): Jpeg, Bmp, Pdf, Searchable Pdf, Tiff, Multi-tiff, Png, Docx, Xlsx, Pptx 9. Unit 1 Portable Scanner Scanner Type: Mobile Scanner Optical Resolution (adf): 600 Dpi X 600 Dpi Horizontal X Vertical) Optical Resolution: 1.200 Dpi X 1.200 Dpi (horizontal X Vertical) Paper Formats: A4, A5, A6, Letter, Plastic Cards, Business Cards, B5, B6, Postcard, Legal, C4, C5, C6 Scan Speed: Monochrome: 25 Pages/min - Color: 25 Pages/min Measured With Size: A4, Resolution: 200 / 300 Dpi Monochrome: 50 Image/min - Color: 50 Image/min Measured With Size: A4, Resolution: 200 / 300 Dpi Paper Setting Capacity: 20 Sheets Duplex Scan: Yes Output Formats: Bmp, Jpeg, Tiff, Multi-tiff, Pdf, Searchable Pdf, Jpeg(colour/greyscale), Pdf(colour/greyscale) Scanning Volume: 500 Pages Per Day Interface: Usb 3.2 Gen 1x1" 10. Unit 1 High-end Scanner Scanner Type: Adf (automatic Document Feeder) / Manual Feed, Duplex Scanning Speed: A4 Portriat : Auto Mode: Simplex / Duplex: 40 Ppm Normal Mode: Simplex / Duplex 40 Ppm (color / Grayscale: 150 Dpi, Monochrome: 300 Dpi) Better Mode: Simplex / Duplex: 40 Ppm (color / Grayscale ; 200 Dpi, Monochrome: 400 Dpi Scanning Mode: Color, Grayscale, Monochrome, Automatic (color/grayscale/monochrome*4 Detection) Image Sensor: Cis X 2 (front X 1, Back X 1) Document Size: A4 11. Unit 1 Heavy Duty Photocopier System Speed: Up To 20 Ppm System Memory: 256 Mb Print Resolution: 600 X 600 Dpi Scan Resolution: 600 X 600 Dpi Warp-up Time: Less Than 15 Sec. Printable Paper Size: A3 Printable Paper Weight: 64-157 Gsm Paper Input Capacity: 250 Sheets Toner: Tn118 Drum: Dr114 Developer: Dv110 12. Unit 15 Print Head Epson All-in-one Original Epson Printhead L3100 L220 L120 L5190 L3150 L5290 L4150 L6170 L5196 L3100 L3110 L3150 L5290 L3250 L5190 L5196 L110 / L130 / L380 / L3110 / L111 / L120 / L210 / L220 / L211 / L301 L551/310 L358 Print Head Print Head Epson Epson Print Head Lot 3 1. Unit 1 Soundcard & Mic Condenser Complete Set Premium Suit Sound Card, For Live Stream And Recording With Condenser Microphone Complete Set - Wired Audio Compatibility Camera, Mobile, Motor, Others, Pc & Laptop Microphone Type Condenser Microphone Microphone Connectivity Wired Microphone Accessory Type Stand Dimension (l X W X H) 44*22*15 " Camera Accessories 2. Unit 2 Stabilizer - Lightweight Design, Supports A7 + 24-70mm F2.8 Gm, Bluetooth Shutter Control, 3rd-gen Rs Stabilization Algorithm, Native Vertical Shooting, 1.4" Full-color Touchscreen 3. Unit 2 Lens - Image Stabilisation Of Up To 6 Stops 0.41x Magnification Compatible With Extender Rf1.4x & Rf2x -- Reach Up To 800mm 4. Unit 1 Tripod - 11 Lb Capacity Video Head Sliding Balance Plate, 34.4 To 72.6" Height Range Continuous Pan Drag/fixed Tilt Drag 2 X Retracting Locating Pins On Plate 60mm Leveling Ball 5. Unit 1 Monopod - 8.8 Lb Payload / 2-step Counterbalance 60mm Flat Base With 3/8"-16 Thread 26 To 68.5" Height Range Locking/folding Leg Base 6. Unit 4 Mic - Isolation Mount System Ultra-compact And Lightweight – Just 39g 7. Unit 1 Wireless Headset Intercom System - 150hz-7khz Wideband Frequency Response For Clear Audiotrue Wireless Headset, 168g Lightweight, 1000' 2-way Operating Range, Dect 6.0 For Stability And Security Instant Pairing 8. Unit 1 Wireless Video Transmitter And Receiver Hdmi Sdi 4k30/1080p60 1300ft Los Range 50ms Latency Up To 4 Receiver, Auto Dual-band Hopping (adh), Smart Channel Scan, Live Stream (1tx+1rx) 9. Unit 1 Wireless Lavalier Mic - Up To 60meters Of Wireless Transmission. Built-in Lithium-ion Battery Voltage/ Capacity:3.7v/1800mah. Charging Time:approx.3 Hours. Charging Connector:usb-c Port. Up To 60meters Of Wireless Transmission, Times For Charging Microphoneweight:1.2 Times (2*tx+1*rx) Dimensions:180.5g. Operating Temperature:163x81x33mm. Storage Temperature:-10°c To +50°c. Camera Mirrorless 10. Unit 1 24.2mp Aps Cmos Sensor, Iso: 100-12,800, Fully Articulated Screen, With 18-45mm Kitlens 11. Unit 1 24.2mp Aps-c Type (23.5 X 15.6 Mm), Exmor® Cmos Sensor 12. Unit 1 Handycam Uhd 4k 24/30p & 16.6mp Stills, Built-in Gimbal, Optical Stabilization 1/2.5"exmor R Low-light Cmos Sensor 20x Optical Zoom & 40x Clear Image Zoom 26.8mm Zeiss Vario-sonnar T* Zoom Lens 3"lcd Touchscreen 13. Unit 1 Drone (combo) 4k60fps Hdr, Omnidirectional Obstacle Sensing, 20km Transmission, Active Track 360, 1080p/60fps Fhd Live Feed, Advanced Rth Lot 4 1. Router Super-fast 1.8 Gbps Wi-fi – Enjoy Smooth 4k Streaming And Downloading With Super-fast Wi-fi Speeds Of 1.8 Gbps.† Connect More Devices – Communicates With More Devices Using Ofdma While Simultaneously Reducing Lag.‡ Broader Coverage – Improved Algorithm, Beamforming, And High-performance Antennas Enhance The Wi-fi Coverage Performance. Next-gen Platform – The Next-gen High-efficiency Chipset Provides Fast And Stable Wi-fi While Saving Power Consumption. Parental Controls – Enjoy The Most Versatile Yet Free Parental Controls Features Among All Routers, Including Url Blocking, Profile Management, Pausing, And More. Works With Most Isps – Compatible With Most Isps With Extra L2tp/pptp Support. Iptv Support Works With Your Existing Tv Over The Internet Contract. Onemesh – Use With Onemesh Extenders To Get Whole-home Coverage And Enjoy Smooth Roaming Between Signals. 2. Cat6 Utp Cable Utp Cable Cat6 (100m Roll) 3. Cat5e Utp Cable Utp Cable Cat5e (100m Roll) Cable Tie 4. 3" (3x80mm) 5. 4" (3x100mm) 6. 5" (4x120mm) Rj45 7. Pass Through Rj45 Cat6 And Cat5 Connector 8. Rj45 Cat6 And Cat5 Connector 9. Crimping Tool Pass Through Cat6 Crimping Tool For Cat5 Cat5e Cat6 8p8c Connector, All-in-one Ethernet Crimper 10. Switch Hub 1000base-t Interface 24 Auto Mdi/mdix Yes Switching Capacity 48gbps Max. Packet Forwarding Rate 35.712 Mpps Store & Forwarding Yes Dimension 282.2 X 178 X 44.5 Mm (11.11 In. X 7.01 In. X 1.75 In.) Weight 1.14 Kgs Operation Temperature 0 ~ 40 °c Storage Temperature - 40 ~ 70 °c Operation Humidity 10% ~ 90% Rh Maximum Power Consumption 13.5 Watts Standby Power Consumption 6.5 Watts Mtbf 247,291 Hours Power Input Ac:100 ~ 240 V Packet Buffer Size 512kbytes Fan Fanless Mac Address Table Size 16000 802.3x Flow Control Yes Jumbo Frame 9,216 Bytes Switch Intelligence Unmanaged Switching Capacity 48gbps Max. Packet Forwarding Rate 35.712 Mpps Dimension 282.2 X 178 X 44.5 Mm (11.11 In. X 7.01 In. X 1.75 In.) Weight 1.14 Kgs Power Input Ac 100v-240v Mac Address Table Size 16000" 11. 16gb Flash Drive 12. 32gb Flash Drive 13. 128gb Flash Drive 14. 64gb Flash Drive Flash Drive,usb, 3.0, 64 Gb Capacity 15. Wireless Wifi Dongle High Speed Wifi– Up To 600mbps Speeds With 200mbps On 2.4ghz And 433 Mbps On 5ghz, Upgrades Your Devices To Higher Ac Wifi Speeds. Dual Band Wireless – 2.4ghz And 5ghz Band For Flexible Connectivity, Upgrades Your Devices To Work With The Latest Dual-band Wifi Router For Faster Speed And Extended Range. Nano Design – Small, Unobtrusive Design Allows You To Plug It In And Forget It Is Even There Operating System – Supports Windows 10/8.1/8/7/xp, Mac Os X Advanced Security –supports 64/128-bit Wep, Wpa/wpa2, And Wpa-psk/wpa2-psk Encryption Standards" 16. Power Bank Name: Quick Charge Mobile Power Supply Battery Type: Li-polymer Battery Capacity: 60000mah Rated Energy: 220wh Rated Capacity: 36000mah (5v/3s Size: Zl280xw83.5xh66mm Weight: 1400g 17. Ups Battery Replacement 12v Dc 7ah Lwh – 151 X 64.5 X 94 Mm Lwh – 5.94 X 2.56 X 3.74 Inches 18. Power Station Battery Type Lifepo4 Battery Capacity In Wh 256 Wh Output Usb Usb-a Output (x2): 5v, 2.4a (12w Max) Usb-c Output (x1): 5/9/12/15/20v, 3a (60w Max) Output Dc 1x 12.6v, 8a (100w Max) Output 230 V 1 X Ac 230v (eu 19. Computer Monitor Screen Size: 24.5 Brightness: 250cd/ml (typical) Aspect Ratio: 16:9 Backlight: Wled Response Time: 4ms (extreme Mode) 6mc(normal Mode) Panel Type: Va Viewing Angle: 178"/178" Connection Type: 1 X Vga X Hdmi 1.4 X Audio Out (3.5mm) Included Accessory: Hdmi Cable Maximum Resolution: 1920 X 1080 Refresh Rate: 75 Hz 20. Access Point Up To 150mbps On 5ghz Wireless Data Rates*1 23dbi High-gain Directional Antenna And A Dedicated Metal Reflector, Ideal For Long-distance Wireless Transmission Up To 20km*2 Excellent Beam Directivity, Improved Latency And Noise Cancellation Innovative Snap-lock Parts Make For Fast Assembly And A Sturdy Structural Design Keeps Cpe605 Stable Even In Strong Winds Durable Ip65 Weatherproof Enclosure Along With 15 Kv Esd And 6 Kv Lightning Protection Ensures All-weather Suitability*3 Tp-link Pharos Maxtream Tdma Technology Improves Throughput, Capacity And Latency Performance Pharos Control Gives Administrators A Free, Centralized Management System Passive Poe Supports To Allow Flexible Deployment And Convenient Installation 21. Projector Projection System: 3lcd, 3-chip Technology Native Resolution: 1280 X 800 (wxga) Color Brightness: 4000 Lumens1 White 22. Projector Lamp Projector Lamp For Epson Eb-s41 Note: There Shall Be No Partial Delivery In All Lots 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 25 To April 15, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (₱5,000.00) For Lot 1 And Lot 2; One Thousand Pesos (₱1,000.00) For Lot 3; Five Hundred Pesos (₱500.00) For Lot 4. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On April 2, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before April 15, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On April 15, 2025, 9:30 A.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting
Philippine Coconut Authority Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Closing Date15 Apr 2025
Tender AmountPHP 561.6 K (USD 9.7 K)
Details: Description “annex A” Terms Of Reference Project: Supply And Delivery Of Various Ict Equipment And Peripherals Location: Pca Central Office R&d Bldg., Diliman, Quezon City I. Scope Of Work Supply And Delivery Of Various Ict Equipment And Peripherals: Lot 1 – One (1) Pc 3 In 1 Printer (49,9000.00) - Print Speed Of Up To 25.0 Ipm - Prints Up To A3+ (for Simplex) - Automatic Duplex Printing - Ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour) - Wi-fi, Wi-fi Direct, Ethernet - Epson Connect (epson Iprint, Epson Email Print And Remote Print Driver, Scan To Cloud) Lot 2 – Three (3) Pcs External Drive 1tb (15,000.00) Lot 3 – Two (2) Pcs Universal Outlet Extension Cord With Switch 7 Meters (1,400.00) Lot 4 – Five (5) Universal Socket Adapter (300.00) Lot 6 – One (1) Pc Laptop Unit (65,000.00) Processor - Intel® Core™ Ultra 7 Processor 155h 1.4 Ghz (24mb Cache, Up To 4.8 Ghz, 16 Cores, 22 Threads); Intel® Ai Boost Npu Up To 11tops - Intel® Core™ Ultra 5 Processor 125h 1.2 Ghz (18mb Cache, Up To 4.5 Ghz, 14 Cores, 18 Threads); Intel® Ai Boost Npu Up To 11tops - Intel® Arc™ Graphics - *intel® Arc™ Graphics Is Only Available In Models With Intel® Core™ Ultra 9-185h/ Ultra 7-155h/ Ultra 5-125h Processors And At Least 16 Gb Of Dual-channel Memory. Neural Processor - Intel® Ai Boost Npu Up To 11tops Display - 14.0-inch, 3k (2880 X 1800) Oled 16:10 Aspect Ratio, 0.2ms Response Time, 120hz Refresh Rate, 400nits, 600nits Hdr Peak Brightness, 100% Dci-p3 Color Gamut, 1,000,000:1, Vesa Certified Display Hdr True Black 600, 1.07 Billion Colors, Glossy Display, 70% Less Harmful Blue Light, Tüv Rheinland-certified, Sgs Eye Care Display, Non-touch Screen, (screen-to-body Ratio)87% Memory - 16gb Lpddr5x On Board - *supports Dual-channel Memory. Battery - 75whrs, 2s2p, 4-cell Li-ion Power Supply - Type-c, 65w Ac Adapter, Output: 20v Dc, 3.25a, 65w, Input: 100-240v Ac 50/60ghz Universal Physical Characteristics: - Dimension (wxdxh) 31.24 X 22.01 X 1.49 – 1.49 Cm (12.30” X 8.97”x0.59” – 059”) - Weight Around 1.20 Kg (2.65lbs) Lot 7 Three (3) Desktop (147,000.00) - Processor: At Least 8 Core (16 Gb) - Ram: 2x 8 (16gb) Ddr5 - Storage: 1tb M.2 Nvme Ssd - Psu: 600 Watts 80 Plus Gold - Gpu: At Least 6gb Gddr6 Memory - Motherboard: Bx60 (intel) Or Bx50 (amd) Chipset - Monitor: 1920x 1080p 24” Ips 60hz Display 5ms Response Time - Peripherals: Keyboard, Mouse, Avr Lot 8 Three (3) Monitor (45,000.00) - Specification: 1920 X 1080p 24” Ips 60hz Display 5ms Response Time Lot 9 Three (3) All In One Printer (27,000.00) - Print Method: - On-demand Inkjet (piezoelectric) - Printer Language: - Esc/p-r, Esc/p Raster - Nozzle Configuration: - 180 X 1 Nozzles Black, 59 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) - Maximum Resolution: - 5760 X 1440 Dpi - Automatic 2-sided Printing: - Photo Default - 10 X 15 Cm / 4 X 6 " *1: - Approx. 69 Sec. Per Photo (border) / 90 Sec Per Photo (borderless)*2 - Draft, A4 (black / Colour): - Up To 33.0 Ppm / 15.0 Ppm*2 - Iso 24734, A4 Simplex (black / Colour): - Up To 10.0 Ipm / 5.0 Ipm*2 - First Page Out Time From Ready Mode (black / Colour): - Approx. 10 Sec / 16 Sec.* - Scanner Type: - Flatbed Colour Image Scanner - Sensor Type: - Cis - Optical Resolution: - 600 X 1200 Dpi - Maximum Scan Area: - 216 X 297 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 - 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 7.0 Ipm / 1.7 Ipm Lot 10 Two (2) Laptop (98,000.00) - Processor - Amd Ryzen 5 5500u (6c / 12t, 2.1 / 4.0ghz, 3mb L2 / 8mb L3) - Graphics - Integrated Amd Radeon Graphics - Chipset - Amd Soc Platform - Memory - 8gb Soldered Lpddr4x-4266 - Memory Slots - Memory Soldered To Systemboard, No Slots, Dual-channel - Max Memory - 8gb Soldered Memory, Not Upgradable - Storage - 512gb Ssd M.2 2242 Pcie 3.0x4 Nvme - Storage Support - One Drive, Up To 1tb M.2 2242 Ssd - Card Reader - Microsd Card Reader - Optical - None - Audio Chip - High Definition (hd) Audio, Realtek Alc3287 Codec - Speakers - Stereo Speakers, 2w X2, Optimized With Dolby Atmos - Camera - Fhd 1080p & Ir With Privacy Shutter - Microphone - 2x, Array - Battery - Integrated 59wh - Max Battery Life - Mobilemark 2018@200nits: 13.5 Hr Local Video (1080p) Playback@150nits: 17 Hr - Power Adapter - 45w Usb-c (3-pin) - Design - Display - 13.3" Wuxga (1920x1200) Ips 300nits Glossy, 100% Srgb, Dolby Vision, Touch - Touchscreen - 10-point Multi-touch - Keyboard - Backlit, English - Case Color - Dark Teal - Surface Treatment - Aluminium Stamping (anodized) - Case Material - Aluminium (top), Pc + Abs (bottom) - Pen - Lenovo Digital Pen - Dimensions (wxdxh) - 304 X 218 X 17.45 Mm (11.97 X 8.58 X 0.69 Inches) - Weight - Starting At 1.37 Kg (3.02 Lbs) - Software - Operating System Lot 11 One (1) 2-in-1 Laptop Computer (68,000.00) - Processor: Intel Core Ultra 7 155u (up To 4.8 Ghz With Intel Turbo Boost Technology, 12mb L3 Cache, 12 Cores, 14 Threads) - Chipset: Intel Integrated Soc - Memory: 16gb Lpddr5-6400 Mhz Ram (onboard) - Hard Drive: 1tb Pcle Gen4 Nvme? M.2 Ssd - Odd: N/a - Operating System: Window 11 - Battery: 3-cell, 59 Wh Li-ion Polymer - Lcd: 35.6 Cm (14”) Diagonal, 2.8k (2880 X 1800), Oled, Multitouch-enabled, 48-120 Hz, 0.2 Ms Response Time, Uwva, Edge-to-edge Glass, Micro-edge - Graphics: Intel Graphics - Dimensions 11.75 X 8.46 X 0.63 In - Weight 2.90lb - Wlan: Intel Wi-fi 7 Be200 (2x2) And Bluetooth 5.4 Wireless Card - Bluetooth: Yes - Ports: 2 Thunderbolt 4 With Usb4? Type-c 40gbps Signaling Rate (usb Power Delivery, Displayport? 1.4, Hp Sleep And Charge) - 1 Superspeed Usb Type-a 10gbps Signaling Rate (hp1 Sleep And Charge) - 1 Superspeed Usb Type-a10gbps Signaling Rate - 1 Headphone/microphone Combo - Audio: Dual Speakers; Audio By Bang & Olufsen - Special Features: Energy Star Certified; Epeat Gold Registered; Office Home & Student Preinstalled With Pen - Color(s) Meteor Silver Lot 12 One (1) Heavy Duty Scanner (40,000.00) - Scanner Type: - A4 Sheet-fed, One-pass Duplex Colour Scanner - Sensor Type: - Contact Image Sensor (cis) - Scanning Method: - Fixed Carriage & Moving Document - Light Source: - Rgb Led - Optical Resolution: - 600 X 600 Dpi *1 - Output Resolution: - 50 - 1,200 Dpi (in 1 Dpi Increments) - Bit Depth: - Each Colour (rgb): 10bit Input / 8bit Output - Min Document Size: - 50.8 X 50.8 Mm - Max Document Size: - 215.9 X 6,096 Mm - Supported Paper Weight: - 27 - 413 G/m2 (a8 Or Less 127 - 413 G/m2) - Adf Capacity: - 100 Sheets (80g/m2) - Daily Scan Volume: - Up To 14,000 Sheets / Day - Multi-feed Detection: - Ultrasonic Sensor And Length Detection - Interface: - Usb 3.0 - Supported Os:windows Xp / Vista / 7 / 8 / 8.1 / 10 / Server 2003 / Server 2008 / Server 2012 / Server 2016 Mac Os X 10.6.8 Or Later - Scanner Driver Compatibility:twain, Sane, Wia, Ica, Isis - Bundled Applications:epson Scan 2 Isis Driver (web Download) Epson Scan Ocr Component Epson Scan Pdf Extensions Document Capture Pro (windows) Document Capture (mac) - File Format:epson Scan 2: Jpeg, Tiff, Multi-tiff, Pdf, Searchable Pdf, Bmp, Png Document Capture Pro (win): Jpeg, Bmp, Pdf, Searchable Pdf, Tiff, Multi-tiff, Png, Docx, Xlsx, Pptx Lot 13 One (1) 2 Tb Hard Drive (5,000.00) Ii. Other Terms And Conditions 1. The Prospective Bidder Shall Submit The Following Eligibility Documents As Prescribed Below: A. Sec Or Dti Registration Certificate B. Mayor’s Permit C. Philgeps Registration D. Prescribed Omnibus Sworn Statement (10 Items, Notarized) E. Tax Clearance F. Income Tax Return Duly Received By Bir 3. Financial Proposal And Complete Set Of Eligibility Documents Shall Be Submitted In A Sealed Envelope From April 08 To April 15, 2025, 10:00 Am At The General Services Division’s Office 5th Floor, Pca R&d Bldg., Diliman, Quezon City. 4. Incomplete Submission Of Requirements Upon Deadline Will Result Into Disqualification Of Bids. 5. Delivery Period: 15 Working Days Upon Receipt Of Approved Purchase Order (p.o) 6. The Quoted Price Shall Be Valid 30 Days Upon Receipt Of Purchase Order. 7. Payment Terms: 30 Days Upon Acceptance. Conforme: Bidder’s Authorize Representative Date:
Department Of Human Settlement And Urban Development Quezo Tender
Publishing and Printing
Philippines
Closing Date31 Mar 2025
Tender AmountPHP 105.3 K (USD 1.8 K)
Details: Description Request For Quotation The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Purchase Order No. Rfq No. 03-0176, S. 2025 P.r. No. 2025-03-0370 Procurement Activity Rental Of Three (3) Units Colored Copying Machine For The Dhsud Central Office – (elupdb) Mode Of Procurement Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) One Hundred Five Thousand Three Hundred Pesos And 00/100 (php105,300.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 10:00 Am, March 31, 2025. Delivery Schedule Delivery Of Goods/items Shall Be Seven (7) To Fifteen (15) Calendar Days Upon Receipt Of The Approved Purchase Order. The Minimum Technical Specifications For The Items Are As Follows: Item No. Qty. Item, Description, & Minimum Specifications Sample Layout 1 9 Months Rental Of Three (3) Units Colored Copying Machine Period Covered April To December 2025 Specification: All Brand New Rental 3-in-1 Colored Copying Machines Printing Technology: Precision Core Printhead Nozzle Configuration: 400x1 Nozzles Black, 128 X 1 Per Colour (cyan, Magenta, Yellow) Maximum Resolution: 4800x1200dpi (with Variable-sized Droplet Technology) Print Speed: • Up To 33.0 Ppm/ 20.0 Ppm • A4, (black / Colour) – Simplex Up To 15.0 Ipm/ Duplex: Up To 6.5 Ipm/ 4.5 Ipm • First Page Out Time (black/ Colour) – Approx. 9 Sec/ 15sec • Photo Default – 10 X 15cm/ 4x6” (border/ Borderless Approx 69sec Per Photo / 92sec Per Photo Copying: • Copy Speed – Simplex Up To 11.0 Ipm/ 5.5 Ipm • Maximum Copies From Standalone – 99 Copies • Maximum Copy Resolution: 600 X 600dpi • Maximum Copy Size: A4, Letter, Legal Scanning: • Flatbed Colour Image Scanner • Sensor Type: Cis Adf Function: • Support Paper Thickness: 64-95g/m • Paper Capacity: 30 Sheets Scope Of Work: The Service Provider Shall Provide The Following Services: • Multi-function Unit – Copier, Printer, And Scanner; • Unit Shall Be Networkable; • Capable Of Forty-five (45) Copies Per Minute; • Toner Type; And With Built-in Circuit Breaker And Power Supply Rating Of 220v; • Combined Copies Per Month Of 20,000 Sheets At Php0.48 Centavos Per Copy Inclusive Of All Government Taxes; And • In Excess Of 30,000 Copies, The Rate Shall Be Php0.40 Per Copy Inclusive Of All Government Taxes With 2% Spoilage. Duties And Responsibilities Of The Service Provider: The Service Provider Shall: • Ensure Availability Of The Toner Requirements Of The Photocopier Units; • Monthly Maintenance/servicing Of The One (1) Unit Photocopier Or As The Need Arises Free Of Charge; • Replacement Of The Defective Parts Found During The Maintenance/servicing Of The Units Free Of Charge; And • Provision Of Transaction Receipt Every Maintenance/servicing Of The Units Free Of Charge; And • Provision Of Transaction Receipt Every Maintenance/servicing Activity Duly Acknowledged By The General Services Division Personnel Of The Administrative Service Of The Dhsud. • Terms Of Payment: The Service Provider Shall Be Paid On A Monthly Basis Upon Acceptance By The End-user And Duly Noted By The Undersecretary For Administrative And Finance Services, Subject To The Submission Of The Statement Of Accounts (soa) And Maintenance/servicing Transaction Receipt. The Service Provider Shall Submit Soa To Include Copy Of Purchase Order And Transaction Receipt Per Month; And In Case The Monthly Copies Exceed The Approved Volume, A Separate Soa Shall Be Submitted For The Excess Copies Made. Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) 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; 6. 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. 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. D. 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; And E. Latest Tax Clearance. Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above-mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud 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 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 Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic - Procurement Division Reply Slip Procurement: Rental Of Three (3) Units Colored Copying Machine For The Dhsud Central Office - (elupdb) Request For Quotation No.: 03-0176, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: 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, 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. : ______________________________________ Tax Identification No : ______________________________________ : ______________________________________ Type Of Registration : Vat󠄀 ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : ______________________________________ Bank Account Number : ______________________________________ (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) 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]
Municipality Of Tubod, Lanao Del Norte Tender
Software and IT Solutions
Philippines
Closing Date10 Jun 2025
Tender AmountPHP 1 Million (USD 19.7 K)
Details: Description Invitation To Bid Purchase Of Ict Equipment For The 1st Semester Of F.y 2025 Tubod, Lanao Del Norte (itb-2025-vpp-022-rebid) Approved Budget For The Contract: Php 1,097,267.00 The Municipality Of Tubod, Lanao Del Norte, Through Its Bids And Awards Committee (bac), Invites Suppliers/dealers And Contractors To Apply For Eligibility And To Bid The Hereunder Project: Name Of Project : Purchase Of Ict Equipment For The 1st Semester Of F.y 2025 Location : Tubod, Lanao Del Norte Source Of Fund : General Fund, Tubod College Fund, Kalahi Fund Procurement Mode : Public Bidding Contract Duration : Seven (7) Days Brief Description : Purchase Of Ict Equipment For The 1st Semester Of F.y 2025 Of Local Government Unit Of Tubod, Lanao Del Norte. Specifications: Item No. Description Quantity Unit 1 Laptop Computer Core I5, 1165g7 Processor, 32 Gb Ddr4 Memory, 258gb Ssd Sotrage, 1 Tb Hdd Storage, Windows 11 Pro Operating System 5 Unit 2 Purchase Of 24" Display Monitor, Frameless, Resolution 1920x1080, Refresh Rate 100hz 1 Piece 3 Cpu Motherboard, Power Supply, Core I7-11700, 2.5ghz, 16mb Cache, Lga1200, Desktop Memory Module 16gb Ddr4 3200, 2.5" Sata Iii 6gb/s Ssd 512 Gb, Pc P300 1.0tb 1 Unit 4 Laptop Core I7 , Gray Color, 15.6" Fhd Ips Display, 13th Gen Processor, 1t Ram, 512gb Ssd, Geforce Rtx 2050 4gb Gpu, 1 Unit 5 Laptop Hp Omen Shadow Elf 10 2024 Core I9 Rtx Gpu 16" Fhd/qhd 16gb/32gb Ram 512gb/1tb Ssd Zzm Trading 1 Unit 6 Printer L121 (up To 9.0 Ipm/4.8 Ipm) 2 Piece 7 Printer L3210 3 In 1 (up To 1-.0 Ipm/5.0 Ipm*2) 1 Piece 8 Printer L3110 (print, Scan, Copy; Upto 33 Ppm/ 15 Ppm) 2 Piece 9 Printer L3150 (up To 33 Ppm/15 Ppm) 1 Piece 10 Printer L6270 (print, Scan, Copy; Up To 15.5 Ipm / 8.5 Ipm*2) 1 Piece 11 Printer L3256 - Number Of Paper Trays: 1 Paper Formats: C6 (envelope), B5 (17.6x25.7 Cm), A6 (10.5x14.8 Cm), A5 (14.8x21.0 Cm), A4(21.0x 29.7 Cm, Legal, User Defined, 13x18 Cm, 10x15 Cm, Letter, No.10 (envelope) Dl (envelope), 16.9 , Duplewx: Manual, Output Tray Capacity: 30 Sheets, Multifunction: 100 Sheets Standard, Compatible Paper Weight; 64 G/m2 - 300 G/m2, Media Handling; Borderless Print (up To 10 X 15cm) 3 Unit 12 Printer Dcp-t720dw Ink Tank Printer (print, Scan, Copy, Connectivity: Wi-fi, Usb, Wireless Direct, Printing Speed Up To 17/16.5 Ipm (iso) Mono/color, Duplex Printing, Print Resolution Up To 1200x6000 Dpi, 20-sheet Auto Document Feeder, Paper Input Capacity 150 Sheets, 1 Line Lcd Display, Mobile Print: Brother Iprint & Scan, Airprint & Mopria 2 Piece 13 Printer Dcp-t820dw - 3 In 1 W/ Adf Scanner(scan, Copy & Print) 8 Unit 14 Printer L5290 - (print,scan, Copy Multifunction Printer), (fast Printed Up To 10.0 Ipm (black) And 5.0 Ipm (colour), (wifi/wifi Direct/usb 2.0), (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) Specifications; Dimensions (wxdxh):375x179 Mm) Weight: 3.9kg Box Content: Printer, Power Adapter, Cd Driver And Manual, Ink Bottles) 1 Set 15 Printer L5590 - Print, Scan, Copy, Fax With Adf, Compact Integrated Tank Design, High Yield Ink Bottles, Spill-free, Error-free Refilling, Wi-fi, Wi-fi Direct, Seamless Setup Via Smart Panel, Borderless Printing Up To 4r, Powered By Heat-free Technology 1 Unit 16 Printer All-in-one Printer With Adf (ecotank L6290) 2 Unit 17 Printer L14150 - Print Speed Of Up To 14.0 Ipm, Prints Up To A3+ (for Simplex), Automatic Duplex Printing,ultra-high Page Yield Of 7,500 Pages (black) And 6,000 Pages (colour), Wi-fi, Wi-fi Direct 2 Unit 18 Printer Ecotank L15150 Printer 1 Piece 19 Projector With White Screen 1 Unit 20 Secure Ups 1000va, Uninterruptible Power Supply 3 Piece 21 Uninterruptible Power Supply (ups) 650va, 4 Outlets 2 Piece 22 Ups: 1200 Volts 650 Watts 1 Piece 23 Cellphone Dimensions: 163.7 X 74.2 X 8.1 Mm Or 8.3mm, Dual Sim (nano-sim Dual Stand-by) Type: Ips Lcd, 120hz, 600 Nits (typ), 680 Nits(peak), Os: Android N13, Upgradable To Android 14, Card Slot: Microsdxc (uses Shared Sim Slot), Internal: Ram, 128gb *gb Ram, 256gb 8gb Ram, 256gb 12gb Ram, Camera: 108 Mp, F/1.8, 24mm (wide)1/1.67", 6.64um, Pdaf 2 Mp, F/2.4, (depth) Features: Led Flash, Hdr, Panorama. 2 Unit 24 G6 Max 3 Axis Handheld Gimbal Stabilizer Specifications:size:35.2*8.7*7.6cm, Weight (g)665g, Panning Angle 360, Rolling Angle 330, Titling Angle 280 1 Piece 25 Kh25 Video Tripod Kit (kh25pc) Specifications:2-stage Tripod W/ Mid-level Spreader, 15 Lb Payload 29.5 To 61.6" Ht Range Continuous Pan Drag Spring-loaded Loc Pins Independent Twist-lock Leg Adjustment 60mm Leveling Ball Ambidextrous Handle Padded Carrying Case 1 Piece 26 Feelworld L4 Multi Camera Video Mixer Switcher 10.1"touch Screen Usb3.0 Fast Streaming, 5-input Video Production Switcher, 1 X Sdi (bnc) & 4 X Hdmi Inputs, Sdi & Hdmi Outputs, Usb 3.0 To Computer, Built-in 10.1" Lcd Touchscreen Display, Livestream Via Computer & Software, Supports Up To 1080p60 Video In/out, 3.5mm Audio In & Out, 2-ch Audio Mixing, Chroma Keying & Logo Overlays, Configurable Pip/13 X Transition Effects, Aluminum Housing With Built-in Fan 1 Piece 27 Solidcom Se Wireless Headset Intercom System – 4s , 6s And 8s Specifications:full-duplex Dual-mic Enc Water And Wind Resistance, 1.9 Ghz Or 2.4 Ghz Band, 1,100ft (350m) Los Range, Ptt Function, Long Battery Life, Usb-c Charging 1 Piece 28 4k Hdmi/sdi Wireless Video Transmission System Specifications:key Features, Wireless Transmitter And Receiver Set, Transmit Uhd 4k30 Video Up To 1300′, Hdmi/sdi Inputs And Outputs 2.4 And 5 Ghz Frequency Bands, Supports Uvc And Rtmp For Streaming, 650′ Transmission In Broadcast Mode, Smart Channel Scanning, Bright Lcd, Low 50 Ms Latency, 12 Mb/s Bit Rate Dc, L-series, And Usb-c Power Options 1 Piece 29 External Hard Drive (1tb) 1 Piece 30 +4 Gb Ram 1 Piece 31 Ssd As Main Windows 1 Piece 32 Maintenance Box( Printer L14150) 1 Piece 33 Maintenance Box( Printer L15150) 1 Piece 34 Waste Pad Epson L4260 1 Piece 35 Wireless Keyboard With Mouse 5 Piece 36 Mouse With Wire 2 Piece 37 Mouse (wireless) 1 Piece 38 Mouse Pad 9 Piece The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And It’s Implementing Rules And Regulations (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance And Availability Of Bidding Documents May 20, 2025 Up To Stage 3 Bac Office, 2nd Floor Mdrrmo New Building 2. Pre-bid Conference May 27, 2025 @ 9:00 A.m. Operation Center 2nd Floor Mdrrmo New Bldg., Tubod, Lanao Del Norte 3. Submission And Receipt Of Bids (including Opening Of Bids & Eligibility Check) June 10, 2025 @ 1:00 P.m. Operation Center 2nd Floor Mdrrmo New Bldg., Tubod, Lanao Del Norte 4. Bid Evaluation June 11, 2025 @2:00 P.m. Operation Center 2nd Floor Mdrrmo New Bldg., Tubod, Lanao Del Norte 5. Post-qualification June 13, 2025 @2:00 P.m. Operation Center 2nd Floor Mdrrmo New Bldg., Tubod, Lanao Del Norte 6. Approval Of Resolution/issuance Of Notice Of Award June 16 And 17, 2025 All Bids Shall Be Accompanied By A Bid Security. The Bid Security Shall Be In An Amount Equal To A Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) A) Cash, Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank Two Percent (2%) B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial 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. Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of Security. Bidders 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 Such Financial Instrument. In Lieu Of A Bid Security, The Bidder May Submit A Bid Securing Declaration. Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non–refundable Amount Of Five Thousand Pesos Only (php 5,000.00) At The Office Of The Municipal Treasurer, Tubod, Lanao Del Norte. The Municipality Of Tubod, Lanao Del Norte Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Lgu – Tubod Bids And Awards Committee C/o Mrs. Nerilyn C. Gonato Bac Secretariat Contact No. 0927 441 3300 Approved By: Vicmar P. Paloma Bac Chairperson
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Page 2 Of 2
this Request For Information (rfi) Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation.
the Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi.
sources Sought Description
this Is Not A Solicitation Announcement. This Is A Sources Sought/rfi Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 532420 (size Standard Of $40 Million). Responses To This Sources-sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources-sought, A Solicitation Announcement May Be Published. Responses To This Sources-sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. the Department Of Veterans Affairs (va), Visn 22 Network Contracting Office, Is Seeking Sources That Can Provide Equipment Lease And Maintenance For Mailing, Shipment Tracking, Proof Of Delivery, And Receiving Services For Mailroom And Warehouse For The Va Loma Linda Health Care System (vallhcs). the Contractor Shall Provide And Be Responsible For The Shipment And Delivery (if Applicable) To Va Loma Linda Health Care System At 11201 Benton Street, Loma Linda, Ca 92357. scope Of Work
lease Of Mail Metering Machines And Package Tracking Equipment/software. the Jerry L Pettis Va Medical Center, Loma Linda, California Is Seeking Prospective Contractors Who May Be Interested In Competing For The Leasing Of A Digital Mailing System With New Shaped Based Rating System To Replace Aging Digital Mailing System For Assigning Postage To A Variety Of Mail Processed By The Support Services Mail Room. Additionally, Both Campuses Require Package Tracking Equipment And Software. 1. Background: the Intent Of This Proposal Is To Lease With A Base Year And Four Option Years, For The New Mailing System Equipment And Associated Service Contract, Including All Required Hardware, Software, Maintenance And Services Necessary To Manage Mail Operations For The Loma Linda Va Mail Rooms That Meet All Usps, Federal And Va Mail Processing Requirements Including Intelligent Mail Package Barcode (impb) Compliant. c. Periods Of Performance: base Period: April 1, 2025 Through March 31, 2026
option Year 1: April 1, 2026 Through March 31, 2027
option Year 2: April 1, 2027 Through March 31, 2028
option Year 3: April 1, 2028 Through March 31, 2029
option Year 4: April 1, 2029 Through March 31, 2030 2. Mail Meter Equipment Features a. Features Of Digital Mailing System Seeking To Lease: b. Increase The Efficiency And Proper Assignment Of Postage Charges To A Variety Of Mail In Differing Sizes And Weights To A High Volume Of Mail That Is Processed Through The Mailroom On A Daily Basis. c. Ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required. d. One Usps Shape Based Compliant Mail Metering Systems To Address Our Daily Mail Volume Needs. Schedule 48 Pricing Implemented. The Ability To Weigh The Mail Piece And Determine Its Shape In Line While Processing Is Required (wow). The Topeka Mail Room Meter Capacity Shall Be Up To 50,000 Pieces Of Mail Every Month. e. The Meter/equipment Will Require The Following Features For Each Campus (total Footprint Not To Exceed 112 Inches): mailing System That Can Process Outgoing Mail And Flats With A Mixed Mail Feeder.
stand-alone Meter With Federal Funding Capability.
stand-alone Impb Processing For Priority Mail, First Class Parcels, And Package Services That Includes Computer, Label Printer, And >70-pound Scale. schedule 48 Rates Are Required.
multi-carrier Capability (i.e., Usps, And Ups) To Allow For Rate Shopping And To Ensure Continuity Of Operations For Package Shipments.
electronic Return Receipt (err) As Processed Through The Mail Machine Which Includes Certified Barcode Scanning.
automatic And Manually Selectable Date Advance.
minimum Processing Speed - 125 Letters Per Minute.
power Stacking.
interfaced Scale Automatically Setting Meter For Correct Postage.
ssl Encrypted Communication.
an Additional Separate, Integrated/interfaced 70 Lb. Scale For Larger Items.
departmental/categories Accounting With Report Printer.
open/closed Flap Sealing.
fifteen-inch Touch Screen Display.
automatic Gum Label Dispenser.
4-color Text Messaging System With Ability For Local Personnel To Customize Message And Quick Response (qr) Barcode/graphics Printing.
ability To Export, Both Locally And Digitally, Encrypted Customized Reports.
weigh On The Way (wow)/in-line Weighing To Include Shape-based Rating.
online Services For Tracking Packages And Viewing Accounting Information To Include Monthly Reporting Of Number Of Pieces Processed And Dollar Amount.
provide Operational Stand/table. must Be Configured To Allow For Best Rate Selection (i.e., Priority Mail Commercial Base And Priority Mail Commercial Plus).
usps Approved Information Based Indicia (ibi) System Capability (printed Indicia And Mail System Must Be Capable Of Providing Usps Commercial Base Pricing On Priority And Express Mail).
must Be Fips And Ato Compliant equipment ix9conveyor Ix-9 Conveyor Stacker
2 Ix9dwm Pkg Ix-9 Dynamic Weighing Module
2 Ix9c Ix-9c 300 Lpm Base Puffy Postcard Feeder W/wireways
2 Ixwp30 Ix 30lb Weighing Platforms
2 Ixdu300 300 Department Upgrade
2 Ds85i-inte3hcf 3 Station Expert: 2 Auto Fdrs + 1 Hcdf, Cis Scanner, Multi License
1 Idstc51 Zebra Tc52 Scanner W/camera
10 Idstcwallchar Tc52/57 Power Supply/wall Charger
10 Idstc- 5156cable Tc52/57 Charging Cable - Power Supply Not Included. 10 Idstc-5156boot Tc52/57 Protective Boot
10 Idstc-5156batt Tc52/57 4300 Mah Battery
10 Idstcstylus3pk Tc52/57 Stylus 3 Pack
4 Idsws-n Wireless Barcode Scanner 3 Idstc- 5slotcrad Tc51/56 5-port Charging Cradle. 3 Intra Enterprise Software Subscription By Sc Logic.
g. Installation, Training, And On-going Support/maintenance As Needed Throughout The Term Of The Lease Including But Not Limited To: vendors Must Provide Complete Installation, Configuration, Setup, And Testing Of All Equipment And Software, Including Integration With And Configuration For Data Streams And Document Types Processed At Valom.
all Postage Rate Updates Provided At Least 10 Calendar Days Before The Rate Change Takes Effect.
periodic Preventive Maintenance Necessary To Avoid Unexpected Down Times Performed At Least Quarterly And More Frequently If Necessary. Contractor To Provide Parts And Labor (including Print Heads).
response From An On-site Repair Technician Within 4 Hours Of Placing A Service Call. Contractor To Provide Parts And Labor (including Print Heads).
ensure Continuity Of Mailing Operations In The Event Emergency Equipment Maintenance Or Repairs Are Required. (i.e., During Potential Downtime, Contractor Is To Provide A Replacement Unit Within 24 Hours).
training For Staff Including Initial Training And Any Ongoing Training Determined To Be Necessary By The Contracting Officer S Technical Representative (cotr) At No Additional Cost (not To Exceed 5 Formal On-site Trainings For The Remainder Of The Contract).
meter Will Be Re-located By The Vendor Selected, Including To A Different Facility, When Needed As Determined By The Cotr At No Additional Cost To The Facility. 3. Parcel Tracking Equipment Features a. The Parcel Tracking Software Will Require The Following Features For Each Campus: parcel Tracking Software
counter Signature Pad low To Mid Volume 4 In. Label Printer
cordless Scanner
single Bay Cradle/battery Charger For Handheld Scanner (2 Each)
basic Operator Training Up To 4 Hrs. (2 Operators)
pc W/ Flat Panel Monitor b. Technical Support. The Vendor Will Supply Telephone Technical Support During Normal Business Hours Mon. Fri. 8am 8pm Pm To Include The Following: assistance With Disaster Recovery Including Viruses & Hard Disk Failure.
end User Web Ex And Diagnostic Assistance Sessions.
inversion Updates/ Installation And Debugging With Scanners, Mobile Computers And Printers.
system Configuration Concerns & Questions.
assistance With Hardware System Upgrades And Recommendations For Integration.
changes To Software Configuration, Import Recipient List, Change User Definable Fields, New Users, Software Backup Recommendations.
direct Access To Software Development Staff, Discounted On-site Technical Support.
methods To Modify Report Templates To Support Management Decision Making. c. Repairs. Vendor Will Repair Or Up To 2 Mobile Units Per Year And Will Ship A Spare Unit Within 1-2 Days (shipped Via Ups/fedex) Providing Calls Have Been Received Before 2 Pm Cst. The Original Unit Will Be Repaired & Returned Providing It Is Deemed Repairable By Vendor At No Additional Cost. Repairs Cover Normal Wear & Tear As Well As Repairs To Displays, Touch Screens, Plastics, Keypad Exit Windows Internal And Other External Components Damaged Through Accidental Breakage. Consumables Such As Batteries & Stylus Are Not Covered. item Information: Brand Name Or Equal item Number
description Of Supplies/services
quantity
unit
unit Price
amount
0001 12.00
mo
__________________
__________________ equipment Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound, And Proof Of Delivery Services For Both Mailroom And Warehouse. 0002 12.00 Mo _________________ software Lease For Mailroom Mail Processing. Postage Meter Machine, Inbound, Outbound And Proof Of Delivery Services For Both Mailroom And Warehouse. Intra Enterprise Software Subscription By Sc Logic.
__________________
0002 12.00 Mo ___________________ servicing And Maintenance Of Equipment __________________ grand Total
__________________ the Information Identified Above Is Intended To Be Descriptive, Not Restrictive And To Indicate The Quality Of The Supplies That Will Be Satisfactory. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Product That Fulfills The Required Specifications. if You Are Interested And Capable Of Providing The Sought-out Supplies, Please Provide The Requested Information As Well As The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.
(2) Is Your Company Considered Small Under The Naics Code (532420) Identified Under This Rfi?
(3) Are You The Manufacturer Or Distributor Of The Items Being Referenced Above (or Equivalent Product/solution)? What Is The Manufacturing Country Of Origin Of These Items?
(4) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above (or Equivalent Product/solution), Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
(5) Does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Nasa Sewp Or Any Other Federal Contract? If So, Please Provide The Contract Type And Number.
(6) If You Are An Fss Gsa/nac Or Nasa Sewp Contract Holder Or Other Federal Contract Holder, Are The Referenced Items/solutions Available On Your Schedule/contract?
(7) If Possible, Please Provide General Pricing For Your Products/solutions For Market Research Purposes.
(8) Please Submit Your Capabilities In Regard To The Salient Characteristics Being Provided And Any Information Pertaining To Equal To Items To Establish Capabilities For Planning Purposes?
*** Submissions Addressing Section (8) Should Show Clear, Compelling, And Convincing*** Evidence That All Equal To Items" Meet All Required Salient Characteristics.
responses To This Notice Shall Be Submitted Via Email To Anette.doan@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than 01/10/2025, At 11:00 A.m. Pacific Standard Time (pst). If A Solicitation Is Issued It Shall Be Announced Later, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Request For Information. Responses To This Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Software and IT Solutions
United States
Closing Date28 Mar 2025
Tender AmountRefer Documents
Details: Notice Of Intent To Award Sole Source i. The Michael E. Debakey Va Medical Center (medvamc) Houston, Texas Intends To Solicit,
and Award A Sole Source Firm-fixed-price Contract With A Base Year And Four One-year Option Periods To, Data Innovation, Inc The Oem (original Equipment Manufacturer), Located At 120 Kimbal Ave, Ste 100, South Burlington, Vt 05403. Contractor Shall Provide All Software Support, Upgrade, And Maintenance For The Data Innovation Instrument Manager Core System And Includes The Following: Support And Maintenance Of End User Connection Software And License, Support And Maintenance Of End High Availability User Connection Software And License And Support And Maintenance Of Test Software And License At The Michael E. Debakey Va Medical Center, 2002 Holcombe Blvd., Houston, Tx 77030. ii. The North American Industry Classification (naics) Code For This Acquisition Is 518210,
data Processing, Hosting, And Related Services. Size Standard 35m. iii. This Purchase Will Be Made Under Simplified Acquisition Procedures And Other Than Full
and Open Competition, As Authorized By Far 6.302-1 And In Accordance With Far 13.106-1(b). iv. The Anticipated Award Date Is June 30, 2025. The Government Intends To Award A Firm-
fixed-price Contract. v. Please Note That This Is Not A Request For Competitive Quotes And Is Being Posted For
informational Purposes Only. Interested Contractors In Addition Shall Provide The Following
information As An Attachment To Your Response: 1. Identify Any Other Companies Owned (wholly Or In-part) By The Owners Of This Business Who
provide Goods Or Services Under The Same Or A Related Naics Codes. 2. Identify Any Other Companies Owned (wholly Or In-part) By The Owners Of This Business Who
provide Goods Or Services That Are Registered Under The Same Or A Related Naics Code With The
center For Veterans Enterprise (cve); Provide The Certification Type (sdvosb/vosb), Federal
identification Number, And State Of Incorporation For Each. 3. Do You Plan On Responding To A Solicitation For This Requirement With A Joint Venture Utilizing
multiple Owned Companies As Majority Or Non-majority Owner? yes ___no ___ If Yes, Please Identify Which Companies Are Considering A Joint Venture And The
ownership Of Each Company. vi. Interested Parties May Identify Their Interests And Capability To Respond To This Requirement
within Seven (7) Calendar Days Of The Publication Of This Notice. Any Response To This Notice Must
show Clear And Convincing Evidence That Competition Would Be Advantageous To The Government.
interested Parties Shall Submit Clear Evidence With The Capability To Meet Government Requirement. To Include But Not Limited To: Availability Of (oem) Patches, Updates, Enhancements, And New Versions Of The Software
covered. Access To The (oem) Data Innovations Driver Download Web Page For Updated And New
drivers. Access To The (oem) Data Innovations Language Locale Web Page For Updated And New
language Locale. Individual Username And Password Access To A Customer Online Portal That Allows Creation And
tracking Of Support Requests And Includes A Knowledge Base. Contractor's Fse Response With A Phone Call To The Cor Or His/her Designee Within Two (2)
hours After Receipt Of Telephoned Notification Twenty-four (24) Hours Per Day. If The Problem
cannot Be Corrected By Phone, The Fse Will Commence Work (on-site Physical Or Remote Desktop
response) Within Four (4) Hours After Receipt Of This Second Notification And Will Proceed
progressively To Completion Without Undue Delay. this Requirement For Response Time Shall Be The Same For Both Services Calls During The Va Normal Business Hours And After-hour Service Calls. vii. Questions Regarding This Notice Should Be Sent To Contracting Officer Oney Kelly No
later Than March 28, 2025, By 13:00 (cst) At Oney.kelly@va.gov. draft Scope Of Work data Innovations Instrument Manager i. Equipment Identification And Coverage
â
a. Support & Maintenance For The Instrument Manager Core Software
1). Production License 333021 Support & Maintenance 2). Test License 344986 Support & Maintenance 3) Additional Supplies (production Software): instrument Manager Interface Connections (20) With High Availability.
end User Software Connection With Ha/dr Thin Clients (10). b. Support Also Includes But Not Limited:
1). Technical Phone Support For It Personnel & Customer (end-user) c. Maintenance Includes The Following:
1). Availability Of Patches, Updates, Enhancements, And New Versions Of The Software Covered.
2). Access To The Data Innovations Driver Download Web Page For Updated And New Drivers.
3). Access To The Data Innovations Language Locale Web Page For Updated And New Language Locale.
4). Individual Username And Password Access To A Customer Online Portal That Allows Creation And Tracking Of Support Requests And Includes A Knowledge Base. additional Coverage Terms Detailed Below. ii. General Requirement
michael E. Debakey Va Medical Center (medvamc)is Requesting For A Contractor To Provide All Software Support, License Renewal And Software Maintenance To All Government-owned Software Listed Above And Below In The Equipment Identification And Coverage Section At The Medvamc Located At 2002 Holcombe Blvd, Houston, Tx 77030. The Contractor Shall Furnish All Labor, Software And Computer Hardware Or Removable Media Tools To Service The Instrument Manager Core Software. The Full Clinic Listing Of The Equipment Can Be Found At The Beginning Of The Document In The Equipment Identification And Coverage Section.
â
the Contractor Shall Provide Software Licensing, Support And Maintenance Services By Authorized Service Providers Of The Equipment Listed Above. The Software Shall Be Maintained To Be At Optimal Performance Level. Upgrade/updates Shall Be Performed As Necessary, As Per Manufacturer S Specifications. Any Maintenance, Upgrades Or Updates Shall Be Scheduled At Least Three (3) Days In Advance With The Contracting Officer Representative (cor). Service Also Includes All Necessary Intervening Service Calls Required To Bring The Software To Optimal Performance Level. The Medvamc Will Provide At Their Discretion First Call Service, Which Includes Trying To Resolve Any Problem First Before Calling The Contractor. iii. Definitions/acronyms
a.â biomedical Engineer(ing) - Supervisor Or Designee.
b.â co - Contracting Officer
c.â cor - Contracting Officer's Representative
d.â fse - Field Service Engineer. A Person Who Is Authorized By The Contractor To Perform Maintenance (corrective And/or Preventive) Services On The Vamc Premises.
e.â â esr - Vendor Engineering Service Report. A Documentation Of The Services Rendered For Each Incidence Of Work Performance Under The Terms And Conditions Of The Contract. f. Â acceptance Signature - Va Employee Who Is Authorized To Sign-off On The Esr Which Indicates That The Pm Has Been Concluded Or Is Still Pending Completion, Or That The Emergency Repair Has Been Accomplished Or Is Still In A Pending Status.
g.â â authorization Signature - Cor's Signature; Indicates Cor Accepts Work Status As Stated In Esr.â â â â â â â â â â â â â â â â
h.â nfpa - National Fire Protection Association.
i.â â cdrh - Center For Devices And Radiological Health.
j. Â medvamc Michael E. Debakey Veterans Affairs Medical Center
k.â vah - Department Of Veterans Affairs Hospital
l.â â oem - Original Equipment Manufacture iv. Hours Of Coverage
a.â normal Hours Of Coverage Are Monday Through Friday From 8:00 A.m. To 5:00 P.m., Excluding Holidays. All Service/repairs Shall Be Performed During Normal Hours Of Coverage Unless Requested Or Approved By Cor Or His Designee. b.â â software Update/upgrade Installations Shall Be Scheduled And Performed Outside Normal Hours Of Coverage At No Additional Charge To The Government (unless It Would Be Detrimental To Equipment Up-time; To Be Determined By The Cor). Â c.â work Performed Outside The Normal Hours Of Coverage At The Request Of Cor Or Designee Shall Be Billed Under The Established Contract Line Item Number (clin) In The Price Schedule. Work Performed Outside The Normal Hours Of Coverage At The Request Of Fse Will Be Considered Service During Normal Hours Of Coverage. d.â federal Holidays Observed By The Government Are: New Year S Day, Martin Luther King S Birthday, President S Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran S Day, Thanksgiving And Christmas; Along With Any Other Day Specifically Declared By The President Of The United States To Be A National Holiday. In Addition To The Days Designated As Holidays, The Government Observes The Following Days: Any Other Day Designated By Federal Statute Any Other Day Designated By Executive Order Any Other Day Designated By Presidential Proclamation
â
v. Unscheduled Maintenance (emergency Repair Service)
a.â contractor Shall Maintain The Software In Accordance With The Manufacturer's Latest Specifications. The Contractor Will Provide Any Necessary Unscheduled Repair Service To The Software. All Required Patches, Software Code Compilations And Executable Files Shall Be Furnished By The Contractor. b.â the Co, Cor Or Designee Has The Authority To Approve/request A Service Call From The Contractor. c.â response Time: - Contractor's Fse Shall Respond With A Phone Call To The Cor Or His/her Designee Immediately After Receipt Of Telephoned Notification Twenty-four (24) Hours Per Day. If The Problem Cannot Be Corrected By Phone, The Fse Will Commence Work (on-site Physical Or Remote Desktop Response) Within One (1) Hour After Receipt Of This Second Notification And Will Proceed Progressively To Completion Without Undue Delay. This Requirement For Response Time Shall Be The Same For Both Services Calls During The Va Normal Business Hours And After-hour Service Calls. Cor Will Provide The Contractor With (a) An Accurate Description Of The Software Error; (b) The Steps Necessary To Reproduce The Software Error, If Available; (c) If Required, The Data Being Processed At The Time Of The Software Error And Associated Log Files; And (d) The Severity Of The Software Error, Including The Circumstances That Lead To The Software Error. The Cor And The Contractor Will Communicate And Mutually Agree On The Severity Level The Software Error In Writing.â d. Priority Levels Shall Be Defined As Follows:
1). Critical Priority: System Or Production Connection Down: Critical Priority Shall Mean A Software Error That Renders The Software Inoperable And Causes A Significant, Time-dependent Stoppage Of Medvamc S Business Operations. Critical Priority Instances Will Be Reported Via Telephone By The Cor. Contractor Shall Acknowledge Critical Priority Instances Within One (1) Hour Of The Initial Contact Via Telephone And Commence Working Towards A Resolution At That Time. 2). High Priority: Significant Business Impact: High Priority Shall Mean A Software Error That Causes The Software To Fail Resulting In Significant Revenue Or Operational Impact On Medvamc S Business, Although Certain Functions Of Medvamc S Business Remain In Operation. High Priority Instances Will Be Reported Via Telephone By The Cor. Contractor Shall Acknowledge High Priority Instance Within Four (4) Hours Of The Initial Contact Via Telephone And Commence Working Towards A Resolution At That Time. 3). Medium Priority: Low Impact Failure: Medium Priority Shall Mean A Software Error Causes A Feature Of The Software To Fail Resulting In A Non-critical Situation Which Allows The Medvamc S Business To Remain In Operation. A Medium Priority Incident May Include Issues Only Impacting A Single User Or Issues Where The Business Impact Under A Critical Priority Or High Priority Is Resolved, But There Is Ongoing Research Needed To Determine The Fbonotice Cause Of The Failure. Medium Priority Instances May Be Reported Via Telephone, Email Or By The Customer Web Portal. The Contractor Shall Acknowledge Medium Priority Instances Within Twenty-four (24) Hours Of The Initial Contact. 4). Low Priority: Assistance: Low Priority Shall Mean Software Error Opened When Customer Has General Software Questions Or Needs That Do Not Impact Day-to-day Functionality. Low Priority Instances May Be Reported Via Telephone, Email Or By The Customer Web Portal. The Contractor Shall Acknowledge Low Priority Instances Within Forty-eight (48) Hours Of The Initial Contact e.â any Charges For Services, Labor, Travel, Manuals, Or Software Required To Successfully Complete Unscheduled Software Maintenance Is Included Within This Contract. Unless Specifically Stated In Writing Otherwise And Approved By The Cor. f. Contractor Shall Provide Mandatory Safety And Performance-related Updates To Covered Equipment And Software. g.â the Contractor Shall Have The Ability To Concurrently Address Multiple Emergency Calls And Unscheduled Maintenance On Different Equipment.
â
vi. Scheduled Maintenance
a.â the Contractor Shall Perform Patches, Updates, Enhancements And Upgrades Service To Ensure Equipment Performs In Accordance With Latest Oem Maintenance Procedures And Protocols. Scheduled Software Maintenance Shall Be Scheduled At Least Three (3) Days In Advance With The Cor. An Outline Of The Scheduled Software Maintenance Procedures And Schedule Shall Be Provided To The Cor. The Contractor Shall Provide And Utilize Procedures And Checklists With Worksheet Originals Indicating Work Performed And Actual Values Obtained (as Applicable). This Documentation Shall Be Provided To The Cor At The Completion Of The Scheduled Software Maintenance. The Contractor Shall Provide Written Description Of Scheduled Software Maintenance. This Description Shall Include An Itemized List Of The Procedures Performed. b. Scheduled Software Maintenance Services Shall Include, But Need Not Be Limited To, The Following:â â
1)â reviewing Operating System Software Diagnostics To Ensure That The System Is Operating In Accordance With The Manufacturer's Specifications. 2)â performing Remedial Software Maintenance Of Non-emergent Nature.
3)â returning The Equipment To The Operating Condition Per Oem Â
4)â providing Documentation Of Services Performed.
â
c.â services Shall Be Performed In Accordance With And During The Hours Defined In, Section 4, The Scheduled Software Maintenance Schedule Established. All Exceptions To The Scheduled Software Maintenance Schedule Shall Be Arranged And Approved In Advance With The Cor.
â
vii. Software Upgrades & Updates
the Contractor Will Provide All Operational Software And Drive Enhancements And/or Updates Deemed Necessary By The Oem That Materially Affects The Performance Of The Equipment, Without Additional Charge To The Government. These Enhancements To The Contractor S Equipment Shall Be Made Accessible By The Contractor To The Government Site Within 60 Days Of Their Issuance Or Date Of First Commercial Availability. viii. Gray Market Items/software
gray Market Items/software Are Original Equipment Manufacturers (oem) Goods Sold Through Unauthorized Channels In Direct Competition With Authorized Distributors. This Procurement Is For New Oem Medical Supplies, Medical Equipment And/or Service For Software Maintenance Of Medical Equipment For Va Medical Centers. No Re-manufactures Or Gray Market Items Will Be Acceptable. The Delivery Of Gray Market Items To The Va In The Fulfillment Of An Order/award Constitutes A Breach Of Contract. Accordingly, The Va Reserves The Right To Enforce Any Of Its Contractual Remedies. the Contractor Shall Furnish Software And Licenses In Accordance With The Manufacturer's Specifications. The Contractor Has Ready Access To All Software And Licenses. All Software And Licenses Supplied Shall Be Compatible With Existing Equipment. The Contractor Shall Use New Original Equipment Manufacturer (oem) Software And Licenses. All Software And Licenses Shall Be Of Current Manufacture And Have Complete Versatility With The Presently Installed Software And Equipment. All Software And Licenses Shall Perform Identically To The Original Equipment Specifications. â
travel For Any And All Service And Software Maintenance Covered Within This Contract Shall Be Covered By The Contractor And Shall Not Be Reimbursed By The Co, Vamc, Cor Or Any Of Its And/or Their Associates, Employees Or Descendants Under Any Conditions Or Circumstances.
â
ix. Service Manuals/tools/equipment/travel
the Medvamc Shall Not Provide Travel, Tools, Service Manuals Or Service Diagnostic Software To The Contractor. The Contractor Shall Obtain, Have On File, And Make Available To Its Fse's All Travel, Operational And Technical Documentation (such As; Operational And Service Manuals, Schematics, And Software List) Which Are Necessary To Meet The Performance Requirements Of This Contract. The Location And Listing Of The Service Data Manuals, By Name And/or The Manuals Themselves Shall Be Provided To The Cor Upon Request. x. Documentation/reports the Documentation Shall Include Detailed Descriptions Of The Scheduled And Unscheduled Software Maintenance (i.e., Emergency Software Repairs) Procedures Performed, Including Updates, Services And Prices (for Outside Normal Working Hour Services) Required To Maintain The Software. The Esr Shall Consist Of A Separate Report For The Item(s) Covered Under The "specific" Contract. Grouping Different Software From Different Contracts On "one" Esr Is Prohibited. In Addition, Each Esr Shall, At A Minimum, Document The Following Data Legibly And In Complete Detailâ
a) Name Of Contractor And Contract Number.
b) Name Of Fse Who Performed Services.
c) Contractor Service Esr Number/log Number.
d)â date, Time (starting And Ending), Software Downtime And Hours On-site For Service Call.
e)â â va Purchase Order Numbers Covering The Call If Outside Normal Working Hours.
f)â â description Of Problem Reported By Cor.
g)â â identification Of Software To Be Serviced:
1)â â software License And Version Number,
2)â â manufacturer's Name,
3)â â any Other Manufacturer's Identification Numbers. h)â itemized Description Of Service Performed (including, If Applicable, Costs Associated With After Normal Working Hour Services) Including:
â 1)â â labor And Travel
2)â â software Patches i)â total Cost To Be Billed (if Applicable - I.e., Service Rendered After Normal Hours Of Coverage). j)â â signatures:
â 1)â â fse Performing Services Described.
â 2)â â authorized Va Employee Who Witnessed Service Described.
â
note: - Any Additional Charges Claimed Shall Be Approved By The Cor Before Service Is Completed!
â
xi. Contact Information
upon Contract Award, The Contractor Shall Provide Valid And Reliable Contact Information For Service, Preventative Maintenance, Emergency And Technical Assistance Requests. xii. Mobile Media Scanning
the Contractor Will Identify If Removable Media (i.e. Usb Or Dvd/cd Device) Is Required To Perform His/her Duties. Personally-owned Usb Thumb Drive Utilization Is Prohibited. Non-va Support Personnel Must Furnish Their Own Fips140-2 Certified Usb Thumb Drives, And Only With The Permission Of A Designated Va Supervisor. All Usb Drives Must Be Scanned With An Antivirus Program Running Current Virus Definitions By The Local Va Staff, Prior To Connection To Any Va Device. Cor Or Designee Will Ensure The Removable Media Is Scanned With Anti-virus Software Running Current Virus Definitions Prior To Connection To Any Medical Device System. The Computer System For Scanning Removable Media Is Located In The Biomedical Engineering Shop, Building 100, Room Ba200. xiii. Additional Services contractor Shall Include, At No Extra Charge, Any Engineering And Software Update Necessary For Continued Optimum Operation Of The Equipment Listed In This Contract. Contractor Shall Include Remote Monitoring Capabilities Allowing For Remote Diagnostics And Troubleshooting. The Contractor S Repairman Shall Complete A Full Service Report, In Writing, After Each Service Call (emergency Or Scheduled) And Submit Either A Hard Copy Or An Electronic Version Of This Report To The Cor Within 5 Days After The Service Day. xiv.â additional Charges
in Any Case, The Medvamc Shall Be Explicitly Notified In Advance That Additional Charges Will Be Incurred, Prior To Beginning Any Work Deemed To Be Outside The Scope Of This Contract. In Such Instances That The Medvamc Agrees The Work Is Not Within The Scope Of The Contract, And The Medvamc Desires The Contractor To Perform Service, A Separate Purchase Order Will Be Issued To The Contractor For The Work. Any Service Required Which The Contractor Believes To Be In Excess Of The Contract Provisions And Require Additional Payment (e.g., Work Beyond Normal Work Hours) Shall Not Be Performed Without Prior Authorization From The Biomed Cor, Who Will Arrange A Separate Purchase Order To Pay For The Additional Service If Desired By The Medvamc. â
the Government Shall Not Be Responsible For Incidental Charges Including, But Not Limited To, Parking, Tolls, Mileage, Phone, Etc., On Straight Time Or Overtime Work.
â
xv. Reporting Required Services Beyond The Contract Scope
the Contractor Shall Immediately, But No Later Than 24 (twenty-four) Consecutive Hours After Discovery, Notify The Cor (in Writing) Of The Existence Or The Development Of Any Defects In, Or Repairs Required, To The Scheduled Software Which The Contractor Considers He/she Is Not Responsible For Under The Terms Of The Contract. The Contractor Shall Furnish The Cor With A Written Estimate Of The Cost To Make Necessary Repairs. xvi. Condition Of Equipment the Contractor Accepts Responsibility For The Equipment In "as Is" Condition. Failure To Inspect The Software Prior To Contract Award Will Not Relieve The Contractor From Performance Of The Requirements Of This Contract. Following The Completion Of Any Service Performed By The Contractor, The Contractor Shall Show To The Cor That The Required System Components Are In Place And Fully-functional Prior To Cor Acceptance Explained In The Reporting Requirements Section. Asset Summary For: Vamc Houston Im License Number: 333021 And 344986 This List Covers Existing And New Software Products.
software Part
description
qty
im-b07
instrument Manager Base Software With High Availability
1
im-cx-07
instrument Manager Interface Connection With High Availability
100
im-eu-07
end User Software Connection With Ha/dr
56
im-elp
light Pole Connection
2
im-odbc-07
open Data Exchange Connection With Ha/dr
1
im-in-01
lab Intelligence
1
im-ma-02
moving Averages - Moving Medians
1
im-mre-01
manual Results Entry
1
im-qc-bi
peer & Daily Qc Integration For Bio-rad Unity Real Time
1
im-sm-01
specimen Management
1
im-b02-test
test - Instrument Manager Base Software
1
im-cx-01-test
test - Instrument Manager Interface Connection
10
im-eu-01-test
end User Software Connection For Test System
5
im-odbc-01-test
open Data Exchange Connection For Test System
1
im-elp-test
test - Light Pole Connection
1
im-in-01-test
lab Intelligence For Test System
1
im-im-02-test
test -moving Averages Moving Medians
1
im-mre-01-test
test - Manual Results Entry
1
im-qc-bi-test
test - Peer & Daily Qc Integration For Bio-rad Unity Real Time
1
im-sm-01-test
test - Specimen Management
1
cs-mas-01
instrument Manager Maintenance And Support
1 xvii. Removal Of Equipment
contractor Shall Coordinate With The Cor For The Removal Of Equipment If Required For Software Maintenance. Government Property Cannot Be Removed From The Station Without A Signed Property Pass. This Property Pass May Be Obtained From Acquisition & Material Management Service, Personal Property Section, 4a-320 After Removal Is Authorized By The Cor. xviii. Competency Of Personnel Servicing Equipment
a. Each Respondent Shall Have An Established Business, With An Office And Full-time Staff. The Staff Includes A "fully Qualified" Fse And A "fully Qualified" Fse Who Will Serve As The Backup. b. "fully Qualified" Is Based Upon Training And On Experience In The Field. For Training, The Fse(s) Has Successfully Completed A Formalized Training Program, For The Equipment And Is Oem Certified Or An Oem Employee. For Field Experience, The Fse(s) Has A Minimum Of Two Years Of Experience (except For Equipment Newly On The Market) With Respect To Scheduled And Unscheduled Software Maintenance & Support, On Data Innovations Instrument Manager Software/equipment. c. The Co Or Cor May Authenticate The Training Requirements, Request Training Certificates Or Credentials From The Contractor At Any Time For Any Personnel Who Are Servicing Or Installing Any Medvamc Equipment. The Co And/or Cor Specifically Reserve The Right To Reject Any Of The Contractor's Personnel And Refuse Them Permission To Work On The Vamc Equipment. d. If Subcontractor(s) Are Used, They Shall Be Approved By The Co; The Contractor Shall Submit Any Proposed Change In Subcontractor(s) To The Co For Approval/disapproval. xix. Safety Requirements
the Medvamc, Co, Cor Or Any Of Its And/or Their Associates, Employees Or Descendants Under Any Conditions Or Circumstances Shall Not Be Held Responsible For Any Safety Incident Or Any Injury Or Any Inconvenience Experienced By The Contractor, Their Associates, Or Subcontractors While Performing The Services, Labor, Travel, Software Upgrades Or Maintenance Included Within This Contract To The Extent Applicable By Federal, Local And State Law With Federal Law Taking Precedence xx. Insurance
a.â worker Compensation And Employer's Liability: - Contractors Are Required To Comply With Applicable Federal And State Worker Compensation And Occupational Disease Statutes. b.â general Liability: - Contractors Are Required To Have Bodily Injury Liability Insurance Coverage Written On The Comprehensive Form Of Policy Of At Least $500,000 Per Occurrence. c.â property Damage Liability: - Contractors Are Required To Have Property Damage Liability Insurance Coverage Of At Least $500,000.
â
xxi. Government Party To Execute And Modify The Contract
after The Contract Has Been In Force For A Period Of Time, It May Be Necessary To Change And/or Modify The Operations To Provide Better Service. Pursuant To Far 43.102, No Government Personnel Other Than The Contracting Officer Can Execute Contract Modifications On Behalf Of The Government. Costs Incurred By The Contractor Through The Actions Of Parties Other Than The Co Shall Be Borne By The Contractor xxii. End Of Service Period
no Service Shall Be Performed Under This Agreement After The Contract Expiration Date Without Written Authority Or Direction From The Contracting Officer. xxiii. Privacy/security
the Contractor Will Have Electronic Connectivity To The Devices Via A Va-provided Remote Desktop Session. The Vendor Will Only Have Access To Patient Databases And Phi When Physically Troubleshooting Image Quality And Other Specific Imaging Related Maintenance. â
any Electronic Or Magnetic Data Storage Devices Such As Hard Drives, Etc. Shall Be Turned Into The Iso. Electronic Or Magnetic Data Storage Devices Are Not To Be Removed From Va Propertyâ xxiv Payments
the Contractor Shall Submit Requests For Payment Electronically To The Va S Tungsten Network. Invoices Shall Be Paid Monthly, In Arrears For All Authorized Work performed, Upon Receipt Of A Properly Prepared Invoice Submitted To: https://www.fs.va.gov/einvoice.asp 1) Name And Address Of The Contractor 2)invoice Date And Number 3)contract Number, Purchase Order Number, Contract Line Item Number 4)detailed Description Of Quantity, Unit Of Measure, Unit Price And Extended Price Of The Services Performed 5) Item(s) Covered (to Include License #'s) â Â end Of Scope Of Work
Department Of Public Works And Highways Tender
Machinery and Tools
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 358.1 K (USD 6.2 K)
Details: Description Notice Of Posting @ Philgeps / Dpwh Website / Bulletin Board March 14, 2025 The Dpwh Leyte Third Engineering District Office, Villaba, Leyte Through The Bids & Awards Committee, Invites Suppliers/manufacturer/distributors/contractors To Submit Sealed Quotation And To Bid For The Hereunder List Of Procurement: Mode Of Procurement: Small Value Procurement Rfq No. Contract Id No. Name Of Project/location Abc Duration 2025-02-002 25gie0002 Supply And Delivery Of Shop Tools, Spare Parts And Preventive Maintenance For Service Vehicle/equipment Servicing. Supply And Procurement Of Materials Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 1 Set Socket Wrench Set 3/4 Drive (24 - 50 Mm) 1 Set Socket Wrench Set 1/2 Drive (8 - 24 Mm) 1 Set Combination Wrench (6-32 Mm) 1 Set Cordless Impact Wrench (1/2 Drive) 1 Pc. Torque Wrench (1/2 Drive) 1 Pc. Torque Wrench (3/4 Drive) 1 Set Circlip Pliers 1 Set Cup Type Oil Filter Wrench (1/2 Drive) 1 Pc. Vise Grip (10 Inches) 1 Pc. Vise Grip (7 Inches) 1 Pc. Adjustable Wrench (12 Inches) 1 Pc. Adjustable Wrench (8 Inches) 1 Pc. Pipe Wrench (12 Inches) 1 Pc. Pipe Wrench (8 Inches) 2 Pc. Crocodile Jack 10 Tons 2 Pc. Digital Battery Load Tester 2 Pc. Portable Power Washer (g8 Turbo) Power : 1900w, Max. Pressure :155 Bar, Max. Flow : 7l / Min Voltage : 220v / 50hz, Cord Length : 3.1 Meter 1 Pc. Shoe Kit Frt (hml) (p1) (hino 3way Dumptruck) 1 Pc. Brake Shoe Kit Rr (hino 3way Dumptruck) 4 Pcs. Brake Rubber Cup (hino 3way Dumptruck) 1 Pc. Cordless Electric Drill Heavy Duty Set Power Tools Electric Drill Set (df332dwye) Net Weight - 1.0 – 1.2 Kg (2.3 – 2.6 Lbs) Dimensions (l X W X H) - 154x66x217 Mm (6-1/16″x2-5/8″x8-1/2″) Max Output - 250 W Sound Pressure Level - 72 Db(a) Vibration Level - Drilling Into Metal: 2.5 M/s² Or Less Max Lock Torque - 32 N·m (280 In.lbs.) Max Fastening Torque - Hard / Soft: 35 / 21 N·m (310 / 190 In.lbs.) No Load Speed (rpm) - High / Low: 0 – 1,500 / 0 – 450 Chuck Capacity - 0.8 – 10 Mm (1/32 – 3/8″) Capacity - 10 / 28 Mm (3/8″ / 1-1/8″) 50 Gallons Semi Synthetic 10w40 12 Bottles Oil Treatment 250ml 10 Gallons Sae 90 Gear Oil 10 Gallons Sae 140 Gear Oil 10 Pc. Oil Filter C-111 (toyota Hi-ace, Toyota Hi-lux)(080106(vy-3474,vy-3554),skc 932, Sgm 523) 4 Pc. Oil Filter C-306 (mitsubishi L300 With Plate No. 070107) 4 Pc. Oil Filter C-502 (jac Queen Boom Truck With Plate No. 131207, Generator 25kva) 4 Pc. Oil Filter C-105 (nissan Navarra With Plate No. Sjw 290) 4 Pc. Oil Filter T2199 (hino Water Truck With Plate No. 040107, Hino Dumptruck With Plate No. 080110) 4 Pc. Oil Filter P551381 (hitachi Hydraulic Excavator With Dpcn F17-115) 4 Pc. Oil Filter Uj-1000033h (generator 150kva) 4 Set Brake Shoe Kit Rr, Rh/lh (toyota Hilux 2017) With Plate No. 080106(vy-3474,vy-3554) 4 Set Brake Pad Kit Fr, Rh/lh (toyota Hilux 2017) With Plate No. 080106(vy-3474,vy-3554) 2 Set Brake Shoe Kit Rr, Rh/lh (toyota Hilux 2010 ) With Plate No. Skc 932 2 Set Brake Pad Kit Fr, Rh/lh (toyota Hilux 2010 ) With Plate No. Skc 932 4 Set Brake Pad Kit Fr, Rh/lh (toyota Hiace 2013 ) With Plate No. Sgm 523 2 Set Brake Shoe Kit Rr, Rh/lh (toyota Hiace 2013) With Plate No. Sgm 523 4 Set Brake Pad Kit Fr, Rh/lh (mitsubishi L300) With Plate Number 070107 2 Set Brake Shoe Kit Rr, Rh/lh (mitsubishi L300) With Plate Number 070107 5 Pcs. Horn (12v) 2 Pcs. Horn (24v) 2 Pcs. Windshield Wiper (14”) 6 Pcs. Windshield Wiper (16”) 4 Pcs. Windshield Wiper (24”) 6 Pcs. Windshield Wiper (18”) 6 Pcs. Windshield Wiper (22”) 1 Pc. Headlight Bulb Assy. (toyota Hilux 2017) (driver Side) With Plate No. 080106 (vy-3474) 12 Pcs. Brake Cleaner (500 Ml) 12 Pcs. Wd40 (400 Ml) 20 Pcs. Electrical Tape (vinyl 0.16mm X19mm X 16mm) 2 Pcs. V Belt V13x1430 2 Pcs. V Belt Recme 8400 2 Pcs. V Belt Sz910-45303 2 Pcs. V Belt A-37 2 Pcs. V Belt Recme 8460 1 Box Bulb 12v With T10, 5w 1 Box Tail Light Bulb 12v P21/5w ₱ 878,722.81 30 C.d. 2025-03-003 25gie0003 Supply And Delivery Of Smartphones And Printers For The National Government Owned Buildings Inventory Application's (ngobia) Database Buildup. Supply And Procurement Of Equipment Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 2 Unit Smartphone With The Ff. Specifications: Operating System: Android Os (latest Version) Processor: Octa Core Memory: 6gb Ram Internal Storage: 128gb Display: Lcd Multi-touch Screen, 6-inch, Corning Gorilla Glass, Amoled/oled, 120hz Camera: 48 Mp Main, 12 Mp Front, Geo-tagging Feature Connectivity: 2g/3g/4g/5g Network, Wi-fi, Gps, Bluetooth Sensors: Gyroscope, Compass/magnetometer, Proximity, Accelerometer Interface: Charger Port, Nano Sim Card Slot Accessories: Charging/data Cable And Power Adapter 2 Unit Printer With The Ff. Specifications: Print: Micropiezo 4-color Inkjet Technology (cmyk), 3 Picoliters, Up To 5760x1440 Dpi Optimized Resolution On Various Paper Types Max Copy Resolution: 360x360 Dpi Scanning Functions: Compatibility With Twain, Wia, Ica. Scan To Pc (pdf & Wsd) Connectivity: Usb, Compatible With Windows And Mac Os ₱ 126,000.00 15 C.d. 2025-03-004 25gie0004 Supply And Delivery Of Materials For Vegetation Control Along National Roads Within The District. Supply And Procurement Of Materials Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 160 Pc. Heavy Duty, Sundang/ Bolo 160 Pc. Broom Stick With Handle 100 Gal. Herbicide ₱ 384,174.00 30 C.d 2025-03-005 25gie0005 Supply And Delivery Of Various Personal Protective Equipment For Road Maintenance Along National Roads Within The District. Supply And Procurement Of Materials Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 143 Pc. Rain Boots 39-46 Heavy Duty Waterproof Wellies Anti-slip Flood Shoes Protective Outdoor Footwear 305 Pc. Working Gloves (with Rubber Padding) 150 Pc. Transparent Safety Googles 20 Pc. Safety Professional Half Facepiece Reusable Anti Gas Dust Paint Suit 80 Pc. Whiteboard, 2ft. By 1.5 Ft Or 60 Cm By 45 Cm 961 Pc. Whiteboard Marker 30 Pc. Safety/mountain Shoes 30 Pc. Field Jacket (waterproof, With Embroidered Dpwh Logo) For The Engineers & Staffs. 80 Pc. Masking Tape, 2” 80 Pc. Masking Tape, 1” 151 Pc. Paint Brush, 2” ₱ 662,053.35 30 C.d. 2025-03-006 25gie0006 Supply And Delivery Of Diagnostics Tools For Service Vehicle And Quick Response Equipment. Supply And Procurement Of Materials Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 1 Pc Tire Changer 1 Pc Digital Infrared Thermometer 1 Pc Engine Analyzer 3 Pcs Tire Pressure Gauge 3 Pcs Digital Tire Tread Depth Gauge 1 Pc Multi-meter 5 Pcs Leather Welding Apron 5 Pcs Welding Helmet 10 Pcs Welding Gloves 4 Pcs Full-body Harness 10 Pcs Safety Shoes 2 Pcs Megaphone 3 Pcs Bolt Cutter 5 Pcs Fireman Axe 5 Pcs Sledge Hammer 5 Pcs Claw Bar 24” 10 Pcs Halogen Flashlight 1 Set Coil Spring Compressor ₱ 756,504.00 30 C.d. 2025-03-007 25gie0007 Supply And Delivery Of Corrective Maintenance Of Service Vehicle And Equipments. Supply And Procurement Of Materials Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 2 Set Wheel Hub Bearing (toyota Hiace 2013 Plate No. Sgm 523) 2 Pcs Brake Chamber (man Dumptruck Plate No. Skd 933) 2 Pcs Center Post Assembly (mitsubishi L300 With Plate No. 070107) 2 Pcs Idler Arm Assembly (mitsubishi L300 With Plate No. 070107) 4 Set Tie Rod End (left And Right) (mitsubishi L300 With Plate No. 070107) 2 Pcs Ball Joint (upper Arm Assy.) (left And Right) (mitsubishi L300 With Plate No. 070107) 2 Pcs Ball Joint (lower) (left And Right) (mitsubishi L300 With Plate No. 070107) 2 Pcs Air Cleaner Filter (mitsubishi L300 With Plate No. 070107) 4 Pcs Rotor Disc (left And Right)(toyota Hilux 2017 With Plate No. 080106(vy-3474,vy-3554) 2 Pcs Rotor Disc (left And Right)(toyota Hilux 2010 With Plate No. Skc 932) 2 Pcs Rotor Disc (left And Right)(toyota Hiace 2013 With Plate No. Sgm 523) 1 Pc Tail Light Assembly (toyota Hilux 2017 With Plate No. 080106(vy-3474)(driver’s Side) 4 Pcs Air Cleaner Filter (toyota Hilux With Plate No. 080106(vy-3474,vy-3554) & Skc 932) 4 Pcs Cabin Air Filter (toyota Hilux With Plate No. 080106(vy-3474,vy-3554) & Skc 932) 2 Pcs Air Cleaner Filter (toyota Hiace 2013 Plate No. Sgm 523) 2 Pcs Cabin Air Filter (toyota Hiace 2013 Plate No. Sgm 523) 2 Pcs Tail Light Assembly (hino 500 Dumptruck With Plate No. 080110) 2 Pcs Tail Light Assembly (wheel-type Backhoe With Dpcn No. F17-115) ₱ 358,181.96 30 C.d. Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post- Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Revised Implementing Rules And Regulation (r-irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Posting Period At Philgeps/dpwh Website/dpwh Bulletin Board March 17 – 24, 2025 2. Issuance Of Rfqs March 17 – 24, 2025 3. Pre-bid Conference None 4. Deadline For Submission/receipt Of Rfqs March 24, 2025 Up To 9:00 A.m. 5. Opening Of Bids March 24, 2025 At 10:00 A.m. @ Dpwh-3rd Led, Villaba Leyte, Bac Office The Department Of Public Works And Highways, Leyte Third District Engineering Office, Villaba, Leyte Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Sgd. Lorenzo P. Fidel, Jr. Bac, Chairperson Noted By: Sgd. Cesar V. Makabenta, D.m. District Engineer Contact Person: Arnold V. Abadies / Lilibeth L. Buot / /rey P. Rocabo Telephone No.: (053) 552-8287 Address: Supply And Property Management Unit, Administrative Section, Dpwh-leyte Third District Engineering Office,villaba, Leyte Dpwh Website /philgeps Posting March 17 – 23, 2025
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Date7 Apr 2025
Tender AmountRefer Documents
Details: Introduction: This Is A Pre-solicitation Notice For Project Number 636-25-306, Upgrade Surgery Air Handlers (om) That Requires Architect And/or Engineering (a-e) Design Services To Design An Upgrade Of The Surgery Air Handlers At The Omaha Va Medical Center (vamc) And For Project Number 636-25-502, Air Handler Replacement (gi) That Requires A-e Design Services To Design An Air Handler Upgrade/replacement At The Grand Island Community Based Outpatient Clinic (cboc) Under One Contract Action. This Announcement Is Not A Request For Price Proposal. No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Submitted Sf 330s. The Contemplated A-e Services That Are Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Act (public Law 92-582), Federal Acquisition Regulation Part 36.6, And Va Acquisition Regulation 836.6. Description: The Va Nebraska-western Iowa Health Care System Is Seeking A Professional A-e Firm To Provide All A-e Design Services Required For The Design And Delivery Of Plans, Specifications, Cost Estimates, Related Studies, And All Associated Engineering Services For The Upgrade Of The Surgery Air Handlers At The Omaha Vamc And For Air Handler Upgrade/replacement At The Grand Island Cboc. The Design Project For The Omaha Vamc Will Upgrade Surgery Air Handlers At The Omaha Va Medical Center, Which Will Focus On The Optimization And Replacement Of Roof Top Units (rtu) #2, #3, & #7 To Air Handling Units For Current And Future Supply Services. The Design Project For Grand Island Cboc Will Replace/upgrade The Air Handler Units At The Grand Island Cboc, Which Will Require Upgrades To Various Parts Of The Heating Ventilation And Air Conditioning (hvac) System. Final Construction: Drawings For Bid (sealed By A-e) Including Cost Estimates, Specifications, And Calculations For Both Projects, Shall Be Completed Within 245 Calendar Days After Issuance Of The Notice To Proceed. The A-e Work Shall Include, But Is Not Limited To: Site Investigations Necessary To Determine The Existing Conditions At The Site Of Work. Schematic Plans, Design Development Plans, And Final Construction Drawings. Specifications, Phasing Plan And Cost Estimates. Design Narrative And Engineering Calculations. Construction Period Services To Include Submittal Review, Site Visits And Construction Inspections. Bid Deduct Alternates Of 10% Of The Approved Construction Budget Shall Be Developed, Planned, And Estimated As Necessary To Assure Award Of Contract Within Available Funds. Bid Deduct Alternates Shall Be Clearly Identified On Contract Drawings And Price Breakdown Shall Be Provided For In Addition To The Base Offer S Construction Estimate. All Offerors Are Advised That In Accordance With Vaar 836.606-73, The Total Cost Of The Contract For A-e Services Must Not Exceed 6 Percent Of The Estimated Cost Of The Construction Project Plus Any Fees For Related Services And Activities. Additionally, Far Clause 52.236-22 (c) - Design Within Funding Limitation, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Rated A-e Firm Selected To Complete The Design. Interested Firms Should Submit Their Sf 330 Electronically To The Contracting Officer: Angela Frost / Email Address: Angela.frost2@va.gov. Sf 330s Are Due On April 7, 2025, At 10:00 Am (ct). Use The Instructions Located In Section Fourteen (14) Below For Submitting Your Sf 330. No Fax Or Paper/cd Responses Will Be Accepted: Personal Visits For The Purpose Of Discussing This Announcement Will Not Be Entertained Or Scheduled. Selection Shall Be In Order Of Preference From The Firms Considered Most Highly Qualified. Questions May Be Directed Only By E-mail To Angela.frost2@va.gov. In Accordance With Far 36.209 Construction Contracts With A-e Firms And 36.606 (c), All Interested Contractors Are Hereby Put On Notice That No Construction Contract May Be Awarded To The Firm That Ultimately Designs This Requirement. Security Issues, Late Bids, Unreadable Offers Late Submission Of Offers Are Outlined At Far Part 52.215-1(c). Particular Attention Is Warranted To The Portion Of The Provision That Relates To The Timing Of Submission. Please See Far 15.207(c) For A Description Of The Steps The Government Shall Take With Regard To Unreadable Offers. To Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free. Submissions Or Portions Thereof Submitted And Which The Automatic System Detects The Presence Of A Virus Or Which Are Otherwise Unreadable Will Be Treated As Unreadable Pursuant To Far Part 15.207(c). Password Protecting Your Sf 330 Is Not Permitted. The Contracting Officer Will File The Offer Electronically Which Will Allow Access Only By Designated Government Individuals. The Selection Of The Most Qualified Contractor Will Follow The Guidance Provided In Far 36.6 Architect-engineer Services. Additionally, This Solicitation Is Also Issued In Accordance With Public Law 109-461, The Veterans Benefits, Healthcare Information And Technology Act Of 2006, Sections 502 And 503, As A Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Contractors. Pursuant To 38 Usc 8127(d), Competition Is Restricted To Sdvosb Firms, As There Is A Reasonable Expectation That Two Or More Offers From Sdvosb Contractors Will Be Received Under This Solicitation. Apparent Successful Offerors Must Apply For And Receive Verification From The U.s Small Business Administration Veteran Small Business Certification (vetcert) In Accordance With 38 Cfr Part 74 By Submission Of Documentation Of Veteran Status And Ownership And Control Sufficient To Establish Appropriate Status. Failure To Be Both Verified And Visible On Vetcert At The Time Sf 330s Are Submitted, When The Proposal Is Received As A Result Of The Solicitation Issued To The Most Qualified Firm, And On The Date Of Contract Award Will Result In The Offeror S Proposal/sf 330 Being Deemed Not Acceptable. All Offerors Are Urged To Contact The Vetcert And Submit The Aforementioned Required Documents To Obtain Vetcert Verification Of Their Sdvosb Status If They Have Not Already Done So. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. Firms Will Be Selected Based On Demonstrated Competence And Qualifications For The Required Work. The Estimated Magnitude For Construction (not Design) For The Upgrade Surgery Air Handlers Project Is Between $2,000,000.00 And $5,000,000.00 And The Estimated Magnitude For Construction (not Design) For The Air Handler Replacement Project Is Between $2,000,000.00 And $5,000,000.00. Contract Award Procedure: At Time Of Award, The Contractor Must Be Certified By Vetcert And Registered In The System For Award Management (sam) Database. Register Via The Sam Internet Site At Www.sam.gov. Failure Of An Sdvosb To Be Verified And Visible In Vetcert Shall Result In Elimination From Consideration As A Potential Contract Awardee. Failure Of A Sdvosb To Be Registered In Sam At The Time Of Contract Award Shall Result In Elimination From Consideration As A Proposed Contract Awardee. Contractors That Appear On Excluded Parties List System (epls) Debarred List At The Time Of Contract Award Shall Be Eliminated From Consideration As A Proposed Contract Awardee. The Proposed Services Will Be Obtained By A Negotiated Firm-fixed Price Contract. The Review/design Including But Not Limited To Architectural, Structural, Mechanical Including Hvac And Control Replacement, Electrical, Civil, Plumbing, Or Other Engineering Features Of The Work Shall Be Accomplished By Architects Or Engineers Registered In A State Or Possession Of The United States, Or In Puerto Rico Or In The District Of Columbia. The Project Drawings/design Shall Be In Compliance With Applicable Standards And Codes Described In Va Program Guides And Design Materials. Master Construction Specifications Index, Va Construction Standards Index, Va Standards Index, And Criteria Are Available In The Technical Information Library (til) On Va Website Address: Http://www.cfm.va.gov/til/. The Awarded A-e Firm Will Prepare Drawings And Specifications In Sufficient Detail Such That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Work. The Awarded A-e Firm Is Responsible For Ensuring That The Specifications And Drawings Supplied Fully Represent All Of The Work Described In The Request For Proposal (rfp). The Medical Center Must Remain Operational Throughout The Construction Period And A Detailed Sequence Of Work Will Be Provided By The A-e To Minimize Impact Of The Construction. The Naics Code For This Project Is 541330 With A Small Business Size Of $25.5 Million. The Sf 330 Can Be Downloaded Through The Gsa Forms Library At: Http://www.gsa.gov/portal/forms/type/top, Type In Sf 330 In The Find A Form Block And Click On Search. Selection Criteria: The Va Will Utilize The Following Selection Criteria: Offerors Shall Submit The Information Requested And Any Other Requirements Provided In The Statement Of Work. Proposals Will Be Evaluated Using The Following: Factors 1 Through 5 Are Of Equal Importance And Shall Collectively Account For 90% Of The Evaluation Rating. Factors 6 And 7 Are Of Less Importance And Shall Each Count For 5% Of The Evaluation Rating. Professional Qualifications Necessary For Satisfactory Performance Of Required Services. Specialized Experience And Technical Competence In The Type Of Work Required, Including Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials. Capacity To Accomplish The Work In The Required Time. Past Performance On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. Experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates Shall Be Included As An Evaluation Criterion When Construction Period Services Is Included In The Statement Of Work For A-e Services. Location In The General Geographical Area Of The Project And Knowledge Of The Locality Of The Project; Provided, That Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Project. The Extent To Which Potential Contractors Identify And Commit To The Use Of Service-disabled Veteran-owned Small Businesses, Veteran-owned Small Businesses, And Other Types Of Small Businesses As Subcontractors. Responding Firms, Either Multi-disciplined Or Collaborating With Consultants, Must Demonstrate Capability But Not Limited To Healthcare Architectural, Structural, Mechanical Including Hvac And Control Replacement, Electrical, Civil, Plumbing, Communications, Environmental, Fire Protection, Cost Estimating, Building Commissioning, Leadership In Energy And Environmental Design, Specification Writing, And Construction Surveillance Skills As Described Herein. Responses To This Notice Should Include Recent (within The Past 5 Years) Experience In Designing Projects Of This Nature. This Is Not A Request For Proposal. This Is A Request For Sf 330 A-e Qualification Packages Only. Any Requests For A Solicitation Will Not Receive A Response. No Material Will Be Issued, And No Solicitation Package Or Bidder/plan Holder List Will Be Issued. The Three Most Highly Rated Firms Based On The Technical Review Of All Of The Sf 330 S Received Will Be Invited To Provide Oral Presentations. A Solicitation Will Only Be Issued To The Most Highly Qualified Vendor After Oral Presentations Have Been Concluded And Evaluated. The Second And Third Place Rated Firms Will Be Notified That They Were Not Selected Most Qualified But That They May Still Be Contacted For Solicitation In The Event That Award Does Not Proceed With The Most Highly Qualified Firm. Submission Requirements: Firms Must Provide A Customer Reference List With Addresses And Telephone Numbers, And Bidding Records (ae Estimate Cost Of Construction Vs. Construction Awarded Amount), If Applicable For All Projects Listed As Related Experience, And A Project Workload Schedule Showing Proposed Team Members For The Project Period. All Responding Firms, Including Consultants To The Primary Firm Are Required To Submit Their Sf 330 Part 1 And Part 2 Electronically To The Contracting Officer. Contracting Officer: Angela Frost / Email Address: Angela.frost2@va.gov. The Sf 330, Part I Must Clearly Indicate The Office Location Where The Work Will Be Performed, And The Qualification Of The Individuals And Subcontractors Proposed To Work On The Contract And Their Geographical Location. You Must Submit Your Electronical Copy, And Any Supplemental Information (such As Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic Formats And Media Described Below. However, Contractors Will Be Notified Of The Award Via An Electronic Notice Of Award E- Mail. The Award Document Will Be Attached To The Notice Of Award E-mail. Acceptable Electronic Formats (software) For Submission Of Sf 330 Packages: Files Readable Using The Current Adobe Portable Document Format (pdf). When Submitting Construction Drawings Contractors Are Required To Submit One Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can Open The Pdf Version And Engineering Can Open Autocad Files); Files In Adobe* Pdf Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater; Other Electronic Format. If You Wish To Submit An Offer Using Another Format Other Than Described In These Instructions, E-mail The Contracting Officer Who Issued The Solicitation. Please Submit Your Request At Least Ten (10) Calendar Days Before The Scheduled Closing Date Of The Solicitation. Request A Decision As To The Format Acceptability And Make Sure You Receive Approval Of The Alternate Format Before Using It To Send Your Offer; Sf 330s Shall Be Provided On Standard Letter Size 8-1/2 By 11-inch Paper, Limited To A Maximum Of Fifty (50), Single-sided, Single-spaced, And Numbered Pages. If More Than Fifty (50) Single-sided Pages Are Submitted, All Pages After Fifty (50) Pages Will Not Be Evaluated. The Font For Text Shall Be Times New Roman 12-point Or Larger. Please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns. Size:âmaximum Size Of The E-mail Message Must Be Less Than Twenty (20) Megabytes. If The Size Limits Are Exceeded, The Va May Not Receive The File And/or You May Not Be Considered. Only One Email Is Permitted. Va Primary Point Of Contact: Angela Frost Email: Angela.frost2@va.gov
Department Of Public Works And Highways Tender
Machinery and Tools
Philippines
Closing Date24 Mar 2025
Tender AmountPHP 662 K (USD 11.5 K)
Details: Description Notice Of Posting @ Philgeps / Dpwh Website / Bulletin Board March 14, 2025 The Dpwh Leyte Third Engineering District Office, Villaba, Leyte Through The Bids & Awards Committee, Invites Suppliers/manufacturer/distributors/contractors To Submit Sealed Quotation And To Bid For The Hereunder List Of Procurement: Mode Of Procurement: Small Value Procurement Rfq No. Contract Id No. Name Of Project/location Abc Duration 2025-02-002 25gie0002 Supply And Delivery Of Shop Tools, Spare Parts And Preventive Maintenance For Service Vehicle/equipment Servicing. Supply And Procurement Of Materials Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 1 Set Socket Wrench Set 3/4 Drive (24 - 50 Mm) 1 Set Socket Wrench Set 1/2 Drive (8 - 24 Mm) 1 Set Combination Wrench (6-32 Mm) 1 Set Cordless Impact Wrench (1/2 Drive) 1 Pc. Torque Wrench (1/2 Drive) 1 Pc. Torque Wrench (3/4 Drive) 1 Set Circlip Pliers 1 Set Cup Type Oil Filter Wrench (1/2 Drive) 1 Pc. Vise Grip (10 Inches) 1 Pc. Vise Grip (7 Inches) 1 Pc. Adjustable Wrench (12 Inches) 1 Pc. Adjustable Wrench (8 Inches) 1 Pc. Pipe Wrench (12 Inches) 1 Pc. Pipe Wrench (8 Inches) 2 Pc. Crocodile Jack 10 Tons 2 Pc. Digital Battery Load Tester 2 Pc. Portable Power Washer (g8 Turbo) Power : 1900w, Max. Pressure :155 Bar, Max. Flow : 7l / Min Voltage : 220v / 50hz, Cord Length : 3.1 Meter 1 Pc. Shoe Kit Frt (hml) (p1) (hino 3way Dumptruck) 1 Pc. Brake Shoe Kit Rr (hino 3way Dumptruck) 4 Pcs. Brake Rubber Cup (hino 3way Dumptruck) 1 Pc. Cordless Electric Drill Heavy Duty Set Power Tools Electric Drill Set (df332dwye) Net Weight - 1.0 – 1.2 Kg (2.3 – 2.6 Lbs) Dimensions (l X W X H) - 154x66x217 Mm (6-1/16″x2-5/8″x8-1/2″) Max Output - 250 W Sound Pressure Level - 72 Db(a) Vibration Level - Drilling Into Metal: 2.5 M/s² Or Less Max Lock Torque - 32 N·m (280 In.lbs.) Max Fastening Torque - Hard / Soft: 35 / 21 N·m (310 / 190 In.lbs.) No Load Speed (rpm) - High / Low: 0 – 1,500 / 0 – 450 Chuck Capacity - 0.8 – 10 Mm (1/32 – 3/8″) Capacity - 10 / 28 Mm (3/8″ / 1-1/8″) 50 Gallons Semi Synthetic 10w40 12 Bottles Oil Treatment 250ml 10 Gallons Sae 90 Gear Oil 10 Gallons Sae 140 Gear Oil 10 Pc. Oil Filter C-111 (toyota Hi-ace, Toyota Hi-lux)(080106(vy-3474,vy-3554),skc 932, Sgm 523) 4 Pc. Oil Filter C-306 (mitsubishi L300 With Plate No. 070107) 4 Pc. Oil Filter C-502 (jac Queen Boom Truck With Plate No. 131207, Generator 25kva) 4 Pc. Oil Filter C-105 (nissan Navarra With Plate No. Sjw 290) 4 Pc. Oil Filter T2199 (hino Water Truck With Plate No. 040107, Hino Dumptruck With Plate No. 080110) 4 Pc. Oil Filter P551381 (hitachi Hydraulic Excavator With Dpcn F17-115) 4 Pc. Oil Filter Uj-1000033h (generator 150kva) 4 Set Brake Shoe Kit Rr, Rh/lh (toyota Hilux 2017) With Plate No. 080106(vy-3474,vy-3554) 4 Set Brake Pad Kit Fr, Rh/lh (toyota Hilux 2017) With Plate No. 080106(vy-3474,vy-3554) 2 Set Brake Shoe Kit Rr, Rh/lh (toyota Hilux 2010 ) With Plate No. Skc 932 2 Set Brake Pad Kit Fr, Rh/lh (toyota Hilux 2010 ) With Plate No. Skc 932 4 Set Brake Pad Kit Fr, Rh/lh (toyota Hiace 2013 ) With Plate No. Sgm 523 2 Set Brake Shoe Kit Rr, Rh/lh (toyota Hiace 2013) With Plate No. Sgm 523 4 Set Brake Pad Kit Fr, Rh/lh (mitsubishi L300) With Plate Number 070107 2 Set Brake Shoe Kit Rr, Rh/lh (mitsubishi L300) With Plate Number 070107 5 Pcs. Horn (12v) 2 Pcs. Horn (24v) 2 Pcs. Windshield Wiper (14”) 6 Pcs. Windshield Wiper (16”) 4 Pcs. Windshield Wiper (24”) 6 Pcs. Windshield Wiper (18”) 6 Pcs. Windshield Wiper (22”) 1 Pc. Headlight Bulb Assy. (toyota Hilux 2017) (driver Side) With Plate No. 080106 (vy-3474) 12 Pcs. Brake Cleaner (500 Ml) 12 Pcs. Wd40 (400 Ml) 20 Pcs. Electrical Tape (vinyl 0.16mm X19mm X 16mm) 2 Pcs. V Belt V13x1430 2 Pcs. V Belt Recme 8400 2 Pcs. V Belt Sz910-45303 2 Pcs. V Belt A-37 2 Pcs. V Belt Recme 8460 1 Box Bulb 12v With T10, 5w 1 Box Tail Light Bulb 12v P21/5w ₱ 878,722.81 30 C.d. 2025-03-003 25gie0003 Supply And Delivery Of Smartphones And Printers For The National Government Owned Buildings Inventory Application's (ngobia) Database Buildup. Supply And Procurement Of Equipment Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 2 Unit Smartphone With The Ff. Specifications: Operating System: Android Os (latest Version) Processor: Octa Core Memory: 6gb Ram Internal Storage: 128gb Display: Lcd Multi-touch Screen, 6-inch, Corning Gorilla Glass, Amoled/oled, 120hz Camera: 48 Mp Main, 12 Mp Front, Geo-tagging Feature Connectivity: 2g/3g/4g/5g Network, Wi-fi, Gps, Bluetooth Sensors: Gyroscope, Compass/magnetometer, Proximity, Accelerometer Interface: Charger Port, Nano Sim Card Slot Accessories: Charging/data Cable And Power Adapter 2 Unit Printer With The Ff. Specifications: Print: Micropiezo 4-color Inkjet Technology (cmyk), 3 Picoliters, Up To 5760x1440 Dpi Optimized Resolution On Various Paper Types Max Copy Resolution: 360x360 Dpi Scanning Functions: Compatibility With Twain, Wia, Ica. Scan To Pc (pdf & Wsd) Connectivity: Usb, Compatible With Windows And Mac Os ₱ 126,000.00 15 C.d. 2025-03-004 25gie0004 Supply And Delivery Of Materials For Vegetation Control Along National Roads Within The District. Supply And Procurement Of Materials Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 160 Pc. Heavy Duty, Sundang/ Bolo 160 Pc. Broom Stick With Handle 100 Gal. Herbicide ₱ 384,174.00 30 C.d 2025-03-005 25gie0005 Supply And Delivery Of Various Personal Protective Equipment For Road Maintenance Along National Roads Within The District. Supply And Procurement Of Materials Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 143 Pc. Rain Boots 39-46 Heavy Duty Waterproof Wellies Anti-slip Flood Shoes Protective Outdoor Footwear 305 Pc. Working Gloves (with Rubber Padding) 150 Pc. Transparent Safety Googles 20 Pc. Safety Professional Half Facepiece Reusable Anti Gas Dust Paint Suit 80 Pc. Whiteboard, 2ft. By 1.5 Ft Or 60 Cm By 45 Cm 961 Pc. Whiteboard Marker 30 Pc. Safety/mountain Shoes 30 Pc. Field Jacket (waterproof, With Embroidered Dpwh Logo) For The Engineers & Staffs. 80 Pc. Masking Tape, 2” 80 Pc. Masking Tape, 1” 151 Pc. Paint Brush, 2” ₱ 662,053.35 30 C.d. 2025-03-006 25gie0006 Supply And Delivery Of Diagnostics Tools For Service Vehicle And Quick Response Equipment. Supply And Procurement Of Materials Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 1 Pc Tire Changer 1 Pc Digital Infrared Thermometer 1 Pc Engine Analyzer 3 Pcs Tire Pressure Gauge 3 Pcs Digital Tire Tread Depth Gauge 1 Pc Multi-meter 5 Pcs Leather Welding Apron 5 Pcs Welding Helmet 10 Pcs Welding Gloves 4 Pcs Full-body Harness 10 Pcs Safety Shoes 2 Pcs Megaphone 3 Pcs Bolt Cutter 5 Pcs Fireman Axe 5 Pcs Sledge Hammer 5 Pcs Claw Bar 24” 10 Pcs Halogen Flashlight 1 Set Coil Spring Compressor ₱ 756,504.00 30 C.d. 2025-03-007 25gie0007 Supply And Delivery Of Corrective Maintenance Of Service Vehicle And Equipments. Supply And Procurement Of Materials Only. Dpwh, Leyte Third District Engineering Office, Villaba, Leyte. 2 Set Wheel Hub Bearing (toyota Hiace 2013 Plate No. Sgm 523) 2 Pcs Brake Chamber (man Dumptruck Plate No. Skd 933) 2 Pcs Center Post Assembly (mitsubishi L300 With Plate No. 070107) 2 Pcs Idler Arm Assembly (mitsubishi L300 With Plate No. 070107) 4 Set Tie Rod End (left And Right) (mitsubishi L300 With Plate No. 070107) 2 Pcs Ball Joint (upper Arm Assy.) (left And Right) (mitsubishi L300 With Plate No. 070107) 2 Pcs Ball Joint (lower) (left And Right) (mitsubishi L300 With Plate No. 070107) 2 Pcs Air Cleaner Filter (mitsubishi L300 With Plate No. 070107) 4 Pcs Rotor Disc (left And Right)(toyota Hilux 2017 With Plate No. 080106(vy-3474,vy-3554) 2 Pcs Rotor Disc (left And Right)(toyota Hilux 2010 With Plate No. Skc 932) 2 Pcs Rotor Disc (left And Right)(toyota Hiace 2013 With Plate No. Sgm 523) 1 Pc Tail Light Assembly (toyota Hilux 2017 With Plate No. 080106(vy-3474)(driver’s Side) 4 Pcs Air Cleaner Filter (toyota Hilux With Plate No. 080106(vy-3474,vy-3554) & Skc 932) 4 Pcs Cabin Air Filter (toyota Hilux With Plate No. 080106(vy-3474,vy-3554) & Skc 932) 2 Pcs Air Cleaner Filter (toyota Hiace 2013 Plate No. Sgm 523) 2 Pcs Cabin Air Filter (toyota Hiace 2013 Plate No. Sgm 523) 2 Pcs Tail Light Assembly (hino 500 Dumptruck With Plate No. 080110) 2 Pcs Tail Light Assembly (wheel-type Backhoe With Dpcn No. F17-115) ₱ 358,181.96 30 C.d. Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post- Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Revised Implementing Rules And Regulation (r-irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Posting Period At Philgeps/dpwh Website/dpwh Bulletin Board March 17 – 24, 2025 2. Issuance Of Rfqs March 17 – 24, 2025 3. Pre-bid Conference None 4. Deadline For Submission/receipt Of Rfqs March 24, 2025 Up To 9:00 A.m. 5. Opening Of Bids March 24, 2025 At 10:00 A.m. @ Dpwh-3rd Led, Villaba Leyte, Bac Office The Department Of Public Works And Highways, Leyte Third District Engineering Office, Villaba, Leyte Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Sgd. Lorenzo P. Fidel, Jr. Bac, Chairperson Noted By: Sgd. Cesar V. Makabenta, D.m. District Engineer Contact Person: Arnold V. Abadies / Lilibeth L. Buot / /rey P. Rocabo Telephone No.: (053) 552-8287 Address: Supply And Property Management Unit, Administrative Section, Dpwh-leyte Third District Engineering Office,villaba, Leyte Dpwh Website /philgeps Posting March 17 – 23, 2025
2721-2730 of 2802 archived Tenders