Software Tenders

Software Tenders

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Details: Nsn 7h-3120-012683111, Tdp Ver 007, Qty 2 Ay, Delivery Fob Origin. This Part Is A Commercial/nondevelopmental/off-the-shelf Item. Commercial Item Descriptions, Commercial Vendor Catalog Or Price Lists Or Commercial Manuals Assigned A Technical Manual Number Apply. Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single Stock Point (dodssp) At Document Automation And Production Service (daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assist Help Desk At 215-697-2667 Or 215-697-2179(dsn: 442-2667), Or Mail Their Requestdla Document Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotations Or Capability Statements. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In The Solicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Date23 Jan 2025
Tender AmountUSD 73.6 K 
This is an estimated amount, exact amount may vary.

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Details: A 100% Small Business Set-aside Solicitation Will Be Issued To Establish An Indefinite Quantity Contract (iqc) For Nsn 1620-00-932-2363, A Collar, Lower Torque. The Award Will Be For A 5-year Base Period. The Estimated Annual Quantity (eaq) Is 8 Each. Production Units Will Be Fob: Destination; Inspection /acceptance: Origin. Item Is Critical, But Not Deemed A Critical Safety Item. Export Control Applies. Surge Requirements Do Not Apply. the Proposed Contract Action Is For Supplies For Which The Government Intends To Solicit And Negotiate With Only One Or A Limited Number Of Sources Under The Authority Of Far 6.302. The Oem Is Northrup Grumman (cage 76823) In Accordance With Drawing Number 3-41603-1. Dla Aviation Does Possess Complete Technical Data On This Part For Any Interested Vendor. interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within Forty-five Days After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. based Upon Market Research, The Government Is Not Using The Policies Contained In Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice. this Solicitation May Include Procurement Note L09, Reverse Auction. Since A Reverse Auction May Be Conducted, Offerors Are Encouraged To Access The Procurex System And Review The Reverse Auction Help Tutorials At Https//dla.procurexinc.com To Learn More About How To Participate In An Auction. in Order To Receive An Award, Regardless Of Dollar Value, Contractors Must Be Registered In The System For Award Management (sam.gov). The Final Contract Award Decision May Be Based Upon A Combination Of Price, Past Performance And Other Evaluation Factors As Described In The Solicitation. The Estimated Solicitation Issue Date Is 01/15/2025 And Is When Any Technical Data Will Become Available Via Cfolders On Dibbs. a Copy Of The Solicitation Will Be Available Via Dibbs At Https://www.dibbs.bsm.dla.mil/ On The Issue Date Cited In The Rfp. Choose The Rfp You Wish To Download. Rfps Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At Http://www.adobe.com. A Paper Copy Of This Solicitation Will Not Be Available To Requesters.
Closing Date17 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: Nsn 7h-6130-012217462-gl, Tdp Ver 004, Qty 7 Ea, Deliver To W62g2t, W1a8 Dla Dist San Joaquin, Tracy, Ca 95304-5000, Induction Niin Is 7h, 6130, 012217462, Gl, Power Supply, 900-15036. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase / Contract Repair Of This Part From Additional Sources. It Has Been Determined To Be Uneconomical To Buy The Data Or Rights To The Data. It Is Uneconomical To Reverse Engineer The Part. Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single Stock Point (dodssp) At Document Automation And Production Service (daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assist Help Desk At 215-697-2667 Or 215-697-2179(dsn: 442-2667), Or Mail Their Requestdla Document Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotations Or Capability Statements. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Nsn 7r-1560-016659591-qe, Tdp Ver 001, Qty 12 Ea, Delivery Fob Origin. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted And Preferred. Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Nsn 7r-5895-016701390-qf, Tdp Ver 001, Qty 23 Ea, Delivery Fob Origin. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted. Required Mandatory Government Sources Of Supply Have Been Reviewed In Accordance With Far 8.002 And Dfars 208.002. None Of The Required None Of The Required Sources Are Able To Provide The Required Item(s). Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others...+1Electrical and Electronics
United States
Details: Special Notice special Notice page 4 Of 4 special Notice *= Required Field special Notice page 1 Of 4 the Department Of Veterans Affairs, Network Contracting Office 09, Hereby Provides Notice Of Its Intent To Award A Sole Source Purchase Order For Preventative Maintenance Contract. The Preventive Maintenance The For The Watchdog System By Avidity. According To The Oem Proprietary Letter, Avidity Is The Oem Of The Watchdog System Including All Hardware Components, Applicable Licensed Software Applications And Surgical Instrumentation. As The Oem, They Use Oem Parts To Repair The System They Are The Sole Source To Maintain These Systems. Avidity Is The Original Equipment Manufacturer And Does Not Authorize Customers Or Third-party Repair Entities To Service Avidity Products Or Sell Parts For Service And Repair To Third Party Service/repair Companies. Avidity Is The Exclusive Service Agent For Their Proprietary Products And Any Non-oem Service Voids Any Manufacturer Support And Warranties. Their Technicians Are Trained Specifically On These Machines And Their Parts To Keep With Uniform Repairs. The Contract Is Expected To Be Awarded In Accordance With Far 13.106-1(b)- Soliciting From A Single Source. The Anticipated Award Date Is March 1, 2025. naics Code: 811210 Electronic And Precision Equipment Repair And Maintenance (sba Size Standard 1,000 Number Of Employees) psc: J065 Maint/repair/rebuild Of Equipment- Medical, Dental, And Veterinary Equipment And Supplies This Notice Of Intent Is Not A Solicitation Or Request For Competitive Quotes. However, Interested Parties May Identify Their Interest And Capability To Respond To This Requirement Within Seven Calendar Days After Publication Of This Notice. a Determination Not To Compete This Requirement, Based Upon Responses To This Notice, Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For Determining Whether To Conduct A Competitive Procurement. The Department Of Veterans Affairs Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice Of Intent. Only Written Responses Will Be Considered. All Responses From Responsible Sources Will Be Fully Considered. As A Result Of Analyzing Responses To This Notice Of Intent, The Government Shall Determine If A Solicitation Will Be Issued. Any Prospective Contractor Must Be Registered In The System For Award Management (sam) To Be Eligible For Award And Must Submit A Current Authorized Distributor Letter From The Manufacturer. interested Parties Are Encouraged To Furnish Information By Email Only With Response To Intent To Sole Source 36c24925q0127 In The Subject Line. All Documents Submitted Will Not Be Returned. All Interested Parties Shall Submit Clear And Convincing Documentation Demonstrating Their Capabilities To Satisfy The Requirements Listed Above To Carmen Hanczyk, Contracting Officer, By Email At Carmen.hanczyk@va.gov No Later Than February 05 2025 @ 11:00am Est. The Capability Documentation Should Include General Information And Technical Background Describing In Detail The Prospective Contractor's Capabilities And Experience That Will Demonstrate The Ability To Support These Requirements.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

Overseas Workers Welfare Administration - OWWA Tender

Publishing and Printing
Philippines
Details: Description Rental Of Ten (10) Heavy Duty Photocopying Machines Of Owwa Rwo-ncr For Cy 2025 Period: Ten (10) Months Machine Rental (march 01, 2025 – December 31, 2025)  Free Consumables And Parts Replacement  Regular On-site Checkup / Free Service Maintenance  Machine Copy/print Speed: 35-45 Ppm  Acceptable Paper Size: A4, Short, Legal, Etc. (supports Most If Not All Paper Sizes)  Copy/print Resolution: At Least 600 X 600 Dpi  Free Machine Hardware And Software Installation And Workstation Connectivity Up To Five (5) Desktops  Spoilage: 2%  Free Delivery And Installation Additional Documentary Requirements Must Be Submitted Upon Submission Of Offer: 1. Philgeps Certificate Or Philgeps Registration Number 2. Valid Mayor’s/ Business Permit Please Take Note That The Omnibus Sworn Statement Shall Be Submitted Within 5 Days Upon Acceptance Of Notice Of Award. Note: Bidders May Also Submit Their Bid Proposal And Supporting Documents Through Email Address: Owwancr.procurement@gmail.com Xxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxx General Conditions 1. Entries Must Be Typewritten / If Handwritten, It Must Be Clear And Legible; 2. Bidders Must Submit Certificate Of Philgeps Registration; 3. Bidders Must Submit Necessary Business Permits (sec, Lgu, Dti, Cda, Etc.); 4. All Quotations Can Be Submitted Through The Following Means: A) In A Sealed Envelope, Or B) Thru Electronic Mail, Or C) Facsmile. Label The Envelope With The Following: Bidder’s Company Name Philgeps Reference No. Project Title/name Pr No. 5. Item/s Delivered Must Have Warranties For Unit Replacements, Parts, Labor Or Other Services; 6. Quoted Prices Must Be Inclusive Of Taxes And Shall Not Exceed Approved Budget For Contract (abc); 7. Proposal/quotation Submitted Without Signature Of The Authorized Signatory Shall Not Be Accepted; 8. Proposal/bid Modifications Submitted Beyond The Scheduled Deadline Shall Not Be Considered; 9. Price Quoted/submitted On The Deadline Shall Be Considered As Final And Unalterable; 10. Use Of Non-discretionary/non-discrimatory Selection Criteria As Tie-breaking Method In Case Of Two Or More Bidders Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb) In Accordance With Gppb Circular No. 06-2005. 11. The Owwa Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx Delivery: 5 Days Upon Receipt Of Purchase Order (po) And Notice To Proceed (ntp) Terms Of Payment: Government Terms Price Validity: 60 Days From Date Of Quotation/proposal
Closing Date5 Feb 2025
Tender AmountPHP 180 K (USD 3 K)

NATIONAL RESEARCH COUNCIL OF THE PHILIPPINES Tender

Telecommunication Services
Philippines
Details: Description Department Of Science And Technology National Research Council Of The Philippines (nrcp) General Santos Avenue, Bicutan, Taguig City Telephone No. 8367-5927/ 8837-6143 Email: Procurement@nrcp.dost.gov.ph Nrcp Invites Philgeps Registered Suppliers For The Purchase Of Internet Modem Specifications: Package Weight: 6.73 Kg (14.83 Lbs) Package Dimensions: 430 X 334 X 79 Mm (16.92 X 13.14 X 3.11 In) Antenna Electronic Phased Array Field Of View 110 • Orientation Software Assisted Manual Orienting Weight: 1.10 Kg (2.43 Lb) 1.16 Kg (2.56 Lb) With Kickstand 1.53 Kg (3.37 Lb) With Kickstand & 15 M Cable Environmental Rating: Ip67 Type 4 With Dc Power Cable And Plug/cable Installed Operating Temperature: -30°c To 50°c (-22°f To 122°f) Wind Speed Operational: 96 Kph+ (60 Mph+) Snow Melt Capability Up To 25mm / Hour (1 In/ Hour) Power Consumption Average: 25-40w Input Rating: 12-48v 60w (12v Short Cable Coming Soon In Shop) Uss Pd Requirement: 100w, 20v/5a Minimum (with Usb-c To Barrel Jack Cable Accessory) Wi-fi Technology: 802.11a/b/g/n/ac Generation Wifi 5 Radio: Dual Band 3 X 3 Mu-mimo Ethernet Ports: One (1) Latching Ethernet Lan Port With Plug Coverage: Up To 112 M2 (1,200 Ft2) Security: Wpa2 Power Indicator: Led I Rear Face Plate, Lower Left Corner Mesh Compatibility: Compatible With All Mesh Systems *not Compatible With 3rd Party Mesh Systems Devices: Connect Up To 128 Devices Product Dimensions: 91 X 44 X 51 Mm (3.6 In X 1.7 In X 2.0 In) Weight: 0.2 Kg (0.44 Lbs) Environmental Rating Ip66 Type 4 Operating Temperature -30°c To 50°c (-22°f To 122°f) Power Specifications: 100-240v ~ 1.6a 50 - 60 Hz Quantity: 1 Unit Abc: 50,000.00 Additional Documents To Submit: 1. Valid Mayor's Or Business Permit; 2. Philgeps Registration Number 3. Omnibus Sworn Statement Note: • Philgeps Platinum Registration Certificate With Updated Annex A May Be Submitted In Lieu Of Eligibility Documents 1 And 2. • Failure To Submit The Requirements Mentioned Above Will Result In Non-compliant With The Bid.
Closing Date13 Feb 2025
Tender AmountPHP 50 K (USD 862)

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Details: This Synopsis Is Issued For A Total Small Business Set-a-side Solicitation That Will Be Issued Under Pr Number 1000197391 To Establish An Indefinite Quantity Contract (iqc) With 5 Base Years. Only Small Business Concerns Will Be Considered. nsn: 6150-01-481-1580; Cable Assembly,spec; Export Control; And Higher-level Quality Requirements. Government Product Lot Testing (gplt); Naics 335999 required Delivery Is 165 Days. Stock Delivery Locations Will Be To Any Facility In The Continental United States As Cited On Each Delivery. pricing Will Be Evaluated On The Estimated Annual Demand (ead) – 22 Each. The Guaranteed Minimum Will Be Cited In The Solicitation. there Will Be A 5-year Base With No Option, For A Total Of Five Years. Terms Are Fob Origin And Inspection/acceptance Origin For Dla Direct. this Item Has Technical Data Some Or All Of Which Is Subject To Export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be exported Without Prior Authorization From Either The Department Of State Or The Department Of Commerce. Export Includes Disclosure Of Technical Data To Foreign Persons And Nationals Whether Located In The United States Or Abroad. This Requirement Applies Equally To Foreign National Employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. the Defense Logistics Agency (dla) Limits Distribution Of Export-control Technical Data To Dla Contractors That Have An Approved Us/canada Joint Certification Program (jcp) Certification, Have Completed The Introduction To Proper Handling Of Dod Export-controlled Technical Data Training And The Dla Export-controlled Technical Data Questionnaire (both Are Available At The Web Address Given Below), And Have Been Approved By The Dla Controlling Authority To Access The Export-controlled Data. Instructions For Obtaining Access To The Export-controlled Data Can Be Found At: https://www.dla.mil/logistics-operations/enhanced-validation/ this Solicitation Includes Procurement Notice L09, Reverse Auction. Since A Reverse Auction May Be Conducted, Offerors Are Encouraged To Access The Procurex System And Review The Reverse Auction Help Tutorials At: Https//dla.procurexinc.com To Learn More About How To Participate In An Auction. solicitation Scheduled Release Date Is Tentatively 12 February 2025. Electronic (dibbs) Proposals/quotes Are Unacceptable. Proposals Are To Be Submitted To The Bid Custodian. A Copy Of The Solicitation Will Be Available Via The Bsm Internet Bid Board System (dibbs) Homepage (https://www.dibbs.bsm.dla.mil). Select "request For Proposal (rfp)" Under The Solicitations Heading. Then Choose The Rfp You Wish To Download. Rfps Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At Http://www.adobe.com. A Paper Copy Of This Solicitation Will Not Be Available To Requestors.
Closing Date12 Feb 2025
Tender AmountRefer Documents 

City Of San Jose, Nueva Ecija Tender

Telecommunication Services
Philippines
Details: Description The San Jose City – Local Government Unit (sjc-lgu) Through Its Bids And Award Committee (bac), Will Undertake An Alternative Method Of Procurement Through Negotiated Procurement For The Item Stated Below, In Accordance With Section 53.9 Small Value Procurement Of Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Sjc-lgu Hereinafter Referred To As “the Purchaser”, Not Request Of The Price Quotation For The Subject Below: Qty Unit Description 1 Set Queuing Management System Kiosk (touch Screen) Wireless Calling Pad Media Player Kiosk Software 5-port Network Switch Wirings, Connector Components, Pipes And Fittings Labor Cost, Materials, General Services, And Prelimaries Approved Budget Of The Contract (abc) Inclusive Of Vat 380,000.00 Award Of Contract Shall Be Made To Bidder With The Lowest Quotation For The Subject Goods Which Comply With The Minimum Specifications And Other Terms And Conditions Stated Herein. Prospective Bidders Shall Accomplish And Submit The Duly Price Quotation Form (pqf) Not Later Than 3 Calendar Days Upon Publication At Bac Secretariat At The General Services Office (gso) 2nd Floor Sjc-government Building. Use Of Forms Other Than The Attached Sjc-lgu Prescribed Rfq Is Not Acceptable. Sjc-lgu Condition Of Sale: 1. Delivery Schedule: Fifteen (15) Calendar Days From Receipt Of Approval Po/ntp 2. Delivery Site: General Services Office – Local Government Unit – San Jose City, Nueva Ecija 3. Bid Validity: Sixty (60) Calendar Days From Submission Of Bid Interest Supplier/service Provider Is Required To Submit The Following Documents: 1. Valid Mayor's Business Permit; 2. Bir Certificate Of Registration; 3. Dti Registration (sec Registration For Corporations); 4. Valid Philgeps Registration; 5. Income/ Business Tax Return; 6. Payment Form 0605; And 7. Omnibus Sworn Statement 8. Valid Tax Clearance Certificate Any Alterations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative. The Penalty For Late Deliveries Is One Tenth (1/10) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Price. Once The Cumulative Amount Of Liquidated Damage Reaches Ten Percent (10%) Of The Contract Price, The Procuring Entity Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Sjc-lgu Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd) Esteban C. Valdez, Jr. Bac Chairman
Closing Date17 Feb 2025
Tender AmountPHP 380 K (USD 6.5 K)
7901-7910 of 8747 archived Tenders