Software Tenders

Software Tenders

Mindanao State University Tender

Publishing and Printing
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 472 K (USD 8 K)
Details: Description Mindanao State University Reference Nos. 011-25/01-06-2025 Fatima, General Santos City Project Name: Location: Request For Quotation __________________________ Date : Company Name January 6, 2025 __________________________ Quotation No. : 003-25 Address Please Quote Your Best Proposal For Item/s Listed Below, Subject To The Terms And Conditions Duly Signed By Your Representative. Terms And Conditions: 1. Mayor's/business Permit 2. Philgeps Registration Certificate 3. Supplier/bidder Previously Submitted Documentary Requirements May Not Submit. 4. All Entries Shall Be Typed Or Written In A Clear Legible Manner 5. No Alternate Quoation/offer Is Allowed, Suppliers Who Submitted More Than One Quoation Shall Be Automatically Disqualified. 6. All Prices Offered Herein Are Valid, Binding And Effective For Thirty (30) Calendar Days Uppon Issuance Of This Document. Alternate Bids Shall Be Rejected. 7. Delivery Period Within Fifteen (15) Calendar Days 8. Price Validity Shall Be For Period Of Thirty (30) Calendar Days. 9.. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 10. In Case Supplie Pro Forma Quotation Is Submitted, Conditions Will Be Governed By The Submitted Signed Terms Of Reference/technical Specifications. Very Truly Yours, Randy P. Asturias, D'eng. Bac Chairman Item Qty Abc Technical Specifications Unit Price Total Amount (to Be Filled Up By The Suppliers) Unit Unit Price Total Amount 1 4 "printer Compact And Durable Ecological Design Wifi Replaceable Maintenance Box High Yield Ink Bottles Ultra-high Page Yield Of 7,300 Pages (colour) Borderless Printing (up To 4r) With Fax Function And Adf 2-year Warranty Or 50,000 Pages, Whichever Comes First" Units 2 1 Printer - Print, Scan, Copy, Fax With Adf Precisioncore Tm Printed 800 X 1 Nozzles Black, 256 X 1 Nozzles Per Colour (cyan, Magenta, Yellow) Bi-directional Printing 4800 X 2400 Dpi 3.8 Pl Up To 32.0 Ppm/ 22.0 Ppm, Simplex: Up To 25.0 Ipm/unit12.0 Pm / Duplex: Up To 16.0 Ipm /9.0 Ipm, Simplex: Up To 13.5 Ipm/ 6.0 Ipm | Duplex 10.0 Ipm /5.0 Ipm, Simplex: Up To 5.5 Sec/ 8.5 / Duplex: Up To 11 Sec/ 17 Sec Approx. 43 Sec Per Photo (border)/ 52 Sec Per Photo (borderless) Esc/p-r, Esc/p Raster Yes (up To A3)" Unit 3 6 "computer Desktop Specification • Amd 5 5600x (3.7ghz) •tuf B550m-plus Gaming Wifi Ii • Amd Radeon Rx 570 • Xpg Spectrix 16gb Ddr4 3600mhz D50 Rgb • Xpg 1tb Sx8200 Pro Pcie Nvme M.2 •silverstone Sst-st60f-es230 600w 80+ •tuf Gaming Gt301 Arebtg •tuf Gaming K1 Rgb • Tuf Gaming M3 Rgb • 32 Inch Monitor • Secure 500watts Avr • Speaker • Anti-virus Software • Windows License • Microsoft 365 Family License Warranty 1 To 2 Years " Units Page 1 Of 2 4 1 "scanner 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): 10 Bit Input / 8 Bit 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" Unit ***nothing Follows*** For Office Of The Chancellor Use (oc) Total Abc ₱472,000.00 Total Amount Instructions: See Attached Specifications/important Instructions For Items. (please Provide Complete Information Below) Page 2 Of 2 Delivery Period : Warranty: Price Validity : We Undertake, If Our Proposal Is Accepted, To Supply/deliver The Goods In Accordance With The Specification And/or Delivery Schedule Unit Purchase/job Order Or A Contract Is Prepared And Executed, This Quotation/proposal Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________ Signature Over Printed Name Of Bidder Tel. No. / Cellphone No.: __________ __________________________________ E-mail Address: Signature Over Printed Name Of Canvasser Jma

MUNICIPALITY OF SOCORRO Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 1.2 Million (USD 21.6 K)
Details: Description Office Of The Bids And Awards Committee Invitation To Bid No. 327 -024 Project Name: Supply & Delivery Of One (1) Set Brand-new Multispectral Aircraft Agricultural Drone With Complete Accessories For The Drrm & Agriculture Office Of Lgu-socorro At Barangay Navarro, This Municipality Source Of Fund: Gender And Development (gad) Year 2025, And Mdrrm Fund Year 2025 --------------------------------------------------------------------------------------------------------------- Specifications: Net Weight (with Propellers And Rtk Module) - 951 G Max Takeoff Weight -1,050 G Dimensions (folded/unfolded) - Folded (without Propellers): 223×96.3×122.2 Mm (length×width×height) - Unfolded (without Propellers): 347.5×283×139.6 Mm (length×width×height) Diagonal Length - Diagonal: 380.1 Mm Max Ascent Speed - 6 M/s (normal Mode) 8 M/s (sport Mode) Max Descent Speed - 6 M/s (normal Mode) 6 M/s (sport Mode) Max Flight Speed (at Sea Level, No Wind) - 15 M/s (normal Mode); Flying Forward: 21 M/s; Flying Sideways: 20 M/s; Flying Backwards: 19 M/s (sport Mode) Max Wind Speed Resistance - 12 M/s Max Take-off Altitude Above Sea Level - 6000 M (without A Payload) Max Flight Time (without Wind) - 43 Minutes Inclusions: Base Station Power Adapter Cable Base Station Lan Cable Extra Battery Kit Extra Propellers Base Station Tripod (rh) High Precision Gnss Mobile Station Terra Software (perpetual Version) High Specs Laptop Pilot Training With Certificate (for 2 Pilots) Caap Registration Tpl Insurance --------------------------------------------------------------------------------------------------------------- Status Of Publication: (a) 1st Advertisement: ☑ ☑ ☑ Reference Number:11620487 1st Publication: December 20, 2024 1st Bid Opening: January 3, 2025 (b) 2nd Advertisement:☑ ☑ ☑ Reference Number: 2nd Publication: 2nd Bid Opening: --------------------------------------------------------------------------------------------------------------- The Municipality Of Socorro Through The Bids And Awards Committee Is Inviting All Prospective Bidders/contractors To Participate In Public Bidding For The Supply & Delivery Of One (1) Set Brand-new Multispectral Aircraft Agricultural Drone With Complete Accessories For The Drrm & Agriculture Office Of Lgu-socorro At Barangay Navarro, This Municipality Which Will Be Received In The Office Of The Bids & Awards Committee Starting December 20, 2024. It Will Be Opened On January 3, 2025, At Exactly 10:00 Am In The Bac Office By The Bidders/supplies Or Their Authorized Representative And The Municipal Committee On Awards Or Their Authorized Representatives. Terms And Conditions: 1. A Pre-bid Will Be Held On: December 27, 2024 2. All Interested Bidders Are Requested To Submit The Following: Class "a" Documents A. Registration Certificate From The Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For A Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; B. Mayor's Permit C. Certification Of Philgeps Registration D. Bir Registration E. Tax Clearance F. Audited Financial Statement, Showing Among Others The Consultant's Total And Current Assets And Liabilities, Stamped "received" By The Bureau Of Internal Revenue (bir) Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year, Which Should Not Be Earlier Than Two (2) Years From Bid Submission; G. Income Tax Return H. Nfcc I. Omnibus Sworn Statement J. Authority Of The Singing Official/spa (in Case Of Representative) K. Other Documents Required By Law Under Ra 9184 I. Delivery Schedule M. Technical Specification Of The Goods Being Offered (brochures/manuals) 3. Bidders Are Requested To Place Their Bids In A Sealed Envelope Addressed To The Chairperson, Bidding And Awards Committee, Socorro, Surigao Del Norte At Least 3 Copies 4. Any Bids That Do Not Comply With The Requirement/suppliers, Will Be Rejected Automatically. 5. Form Of Bid Security: The Amount Of Bid Security Equal To The Percentage Of The Abc For Cash Is 2% And The Check Is 5%. 6. Form Of Performance Security: All Bidders Are Requested To Put Up The Bidder's Bond, In A Form Of Cash, Managers Check, Or Cashier's Check Equivalent To 10% Of His Winning Bid The Cash Bond Of Losing Bidders Will Be Returned After The Bidding, However The Bidders Bond Of The Successful Bidder Shall Serve As His Performance Bond To Release Only The Delivery Of The Suppliers/ Materials Equivalent. 6. Only The Pre-qualified Bidders/suppliers Will Be Allowed To Participate In Bidding. 7. Only The Bidders Who Buy The Bidding Documents Can Attend The Pre-bid Conference. 8. The Government Reserves The Right To Reject Any Of All Bids Or Any Part Thereof And Any Accept Such Bid Which May Be Considered Most Advantageous To The Government. 9. Place Of Delivery: On-site Delivery 10. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of: Five Thousand Pesos Only (php.5,000.00) Xxxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxxxxxx Nothing Follows Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: Nsn 7r-1650-014554490-qe, Tdp Ver 001, Qty 96 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" 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. 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. 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.

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number 2125405y6172m73001 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05, Dated 22 May 2024. it Is Anticipated That A Best Value Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency. best Value Will Be Evaluated By Who Can Provide The Complete Requirement, Who Meets Our Required Time Frame And By Price. all Vendors Providing A Quotation Must Either Have An Active Sam.gov Registration Or Provide Proof They Have Submitted Their Entity For Registration. payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: vendor Information: entity Name entity Unique Entity Id entity Address entity Poc entity Phone Number poc Email Address vendor Shall Provide: item 1: Domestic Qawtd - Stuctural Closure Needed For Cgc Hickory description: Qawtd, Domestic, Steel, 36 Inch X 66 Inch, Left Hand, 10-dog, 9 Inch Fixed Light, 3-hinged, Navsea 805-1400050 part #: B-930812 quantity: 1 Ea unit Price: line Total: estimated Delivery Date: * Delivery Address And Terms Stated Below. * * Access To Some Drawings May Be Export-controlled And Require Any Recipient To Be Registered In The Joint Certification Program (jcp) Through Dla To Receive The Drawing. *any Proposed Substitutions Must Be Accompanied By A Specification Sheet To Undergo Evaluation By The Requiring Officials For Compatibility To The Requirement. * *all Deliveries Are Required To By 05/28/2025* ** Total Cost Shall Have Delivery And Any Freight Charges Included. ** ** Shipping: Fob Destination Required. ** preparation For Delivery all Material Must Be Shipped To: uscgc Hickory (wlb 212) us Naval Activities victor Wharf, Pier 3 santa Rita, Gu 96915 material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment. all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided. material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations. packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse. all Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped. all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00am To 1:00pm. please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To Shellby Hammond At Shellby.m.hammond@uscg.mil. invoicing In Ipp it Is A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information: Cg Purchase Order Number, Vendor’s Invoice Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non Po In Ipp). Shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable). Shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. To Gain Access Please Indicate If You Don’t Have An Account So The Issuing Office Can Establish One For You. far Clauses this Order Is Subject To But Is Not Limited To The Following Federal Acquisition Regulations: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. 52.204-26 Covered Telecommunications Equipment Or Services-representation. 52.212-1 Instructions To Offerors—commercial Products And Commercial Services. 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services. 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities. 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.

DEPT OF THE AIR FORCE USA Tender

Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Description: Sources Sought 9 Rw A&as Support contracting Office: 9 Cons, Beale Afb introduction this Is Not A Solicitation. This Synopsis Is For Information And Planning Purposes Only. This Sources Sought Synopsis Is Being Conducted Pursuant To Far Part 10, Market Research; A Solicitation Is Not Available At This Time. This Synopsis Does Not Constitute A Request For Proposal (rfp) Or Invitation For Bid (ifb). The Government Will Neither Award A Contract Solely On The Basis Of This Notice, Nor Will It Reimburse The Contractor For Any Costs Associated With Preparing Or Submitting A Response To This Notice. This Posting Is For Information Gathering And Planning Purposes Only, And In No Way Restricts The Government’s Final Acquisition Strategy. Any Information Provided By The Government At This Time Is Preliminary And May Be Updated Or Changed Prior To Release Of A Formal Rfp. background the 9th Reconnaissance Wing (9 Rw) Is Seeking Qualified Sources To Perform A Variety Of Advisory, Assistance, & Support Services In The Operation Of A Mission Planning Cell As Follows: mission Planning To Include Mission Area Study, Coordination, Planning, And Generation Of Supporting Mission Products. intelligence Analysis Of Potential Environments And Disposition Of Forces Detailed In Products And Briefings. scheduling Personnel, Assets, And Resources Across Multiple Organizations To Support Events And Operations. integration Analysis And Acquisition Support For The Sustainment, Optimization, And Further Development Of Plans, Operations, And Personnel. weather Forecasting Support For Events And Mission Operations Including Products, Briefings, And On-demand Assessments. requirements objective: The Government Is Seeking To Gauge Contractor Capabilities And To Gather Feedback Concerning The Best Acquisition Strategy To Fulfill Its Requirements. The Government Is Contemplating One The Following Approaches: gsa Oasis+ Intelligence Services gsa Multiple Award Schedules Sin 541990, Professional Services far 15 Source Selection the Government Is Considering Firm Fixed Price, Cost Plus Fixed Fee, And/or Time & Materials / Labor Hour Contract Types For Any Of The Above Approaches. The Government Is Considering The Use Of Highest Technically Rated Offeror (htro) With Reasonable And Realistic Pricing And/or A Technical/past Performance/price Best Value Tradeoff For Its Selection Methodology And Evaluation Criteria. place Of Performance And Workdays: The Primary Place Of Performance Will Be At Beale Afb, Ca. Performance May Be Required At Other Dod Facilities Or Contractor Sites As Necessary. Normal Workdays Are Monday Through Friday Except For U.s. Federal Holidays. Routine Overtime May Be Expected. Ad Hoc Needs May Require Work In Excess Of 8 Hours Per Day To Include Weekends And Holidays. security: Top Secret, Sensitive Compartment Information (sci), Alternative Compensatory Control Measures (accm), And Special Access Program (sap) Security Clearances Will Be Required For All Employees Prior To Performing Any Tasks In The Pws. Final Security Requirements Will Be Documented In The Dd Form 254. travel: Travel To Other Government Facilities Or Other Contractor Facilities May Be Required. naics the Government Contemplates The Following North American Industrial Classification System (naics) Code: 541990, All Other Professional, Scientific, And Technical Services, Which Has A Small Business Size Standard Of $19.5m In Annual Gross Income. organizational Conflict Of Interest due To The Nature Of The Requirement, Any Future Contract For Beale Operational Support Will Include A Stringent Organizational Conflict Of Interest Clause Limiting The Contractor’s Ability To Compete And/or Perform Under Other Beale Afb Contracts. information And Instructions respondents Are Requested To Submit Capability Packages As Instructed Below: capability Packages Shall Be Delivered In One Electronic Copy. Capability Package Files Should Be In Ms Office Format (word, Excel Or Powerpoint) Or Adobe Pdf Format, And Should Not Exceed 5 Mb On One Email. Capability Packages Shall Contain Unclassified Material Only. capability Packages Should Not Exceed 20 Total Pages (5 Pages For Company Information And Acquisition Strategy Feedback, 15 Pages For Presentation Of Capabilities), Each Single Side Counting One Page, 8.5 X 11 Inch, With One-inch Margins, And Font No Smaller Than 10 Point Times New Roman. All Capability Packages Must Be Received No Later Than 4:00pm (central Time) On 6 January 2025. capability Package Responses, And All Questions, Shall Be Sent Via Email To The Contracting Officer, Mr. Jeremy Peppler, At Jeremy.peppler@us.af.mil. company Information – Respondents Must Include The Following Within Their Capability Packages: company Information: Provide Company Name, Address, A Point Of Contact With E-mail Address And Telephone Number, Federal Cage Code, Unique Entity Id (ueid), Business Size, And Facility Security Clearance Level. Your Company Must Be Registered In System For Award Management (sam). To Register, Go To Https://www.sam.gov. type Of Interest: Is Your Company Likely To Propose As A Prime Contractor? Is Your Company Looking For Subcontracting Opportunities? Are You Interested In Exploring Possible Teaming Arrangements? Are You An Oasis+ Contract Holder And/or A Multiple Award Schedule Holder? Are There Other Contract Vehicles That May Be More Appropriate For This Work? Are There Other Naics Codes That May Be More Appropriate For This Work? Does The Government’s Current Approach Make Sense, Or Are There Other Strategies That Would Offer Greater Benefit? small Business: Small Businesses Are Encouraged To Respond To This Announcement. Small Business Respondents Should Indicate Whether They Are A Small Business, 8(a) Concern, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hub Zone Small Business, Small Disadvantaged Business, Women-owned Small Business, Or Historically Black College Or University (hbcu) Or Minority Institution (mi) (as Defined By The Clause At Dfars 252.226-7000). respondents Must Address How They Can Provide The Necessary Advisory And Assistance Support Services. The Following Summary Represents Key Capability Focus Areas Meant To Hone Responses. Capability Packages Should Include Examples Of Efforts Of Approximately The Same Size, Complexity, Composition, Functionality, And Criticality Within The Last Three Years. Provide Organization Name, Contract Number, Dollar Magnitude, Performance Period, And Point Of Contact With Telephone Number And/or E-mail Address With Example Information. overarching Advisory And Assistance Support Experience And Capabilities: management, Recruitment And Retainment Processes To Ensure Sufficient & Qualified Personnel Available To Meet Mission Requirements Including Flexible Adjustment To Increased And Decreased Needs Over The Life Of A Contract. See Loe Attachment For Cme Estimates. hiring And Managing Qualified Personnel With Appropriate Security Clearances. Projects Are Classified Up To Top Secret/sci/accm/sap. working With Contracts That Require Conflict Of Interest Avoidance. providing Uninterrupted 24/7 Support When Required During A Labor Strike, Surges, Natural Disasters, Disruptive World Events, Terrorist Attacks, Government Shutdowns, And Other Emergencies. providing Business Process Management Relating To Strategic Planning, Business Analysis, Systems Analysis, Process And Productivity Improvement, And Preparing High-level Studies, Analysis And Reports. mission Planning To Include: operation Of Proprietary Mission Planning Software, Equipment, And Networks preparation To Meet Mission Requirements threat Analysis incorporate Weather Factors And Limitations Into Planning risk Assessment And Management Using Established Guidance production Of Plans, Orders, And Mission Products For Personnel manage Creation And Submission Of Diplomatic Clearance Requests coordinate Current And Future Operations With Theater Lnos understand And Plan Radio Utilization adapt Plans For Tasks And Capabilities collaborate With And Support Military, Government, And Civilian Planners provide Specified Mission Planning Products Within 24 Hours Of Receipt Of Mission Tasking (24/7/365 Ops) meet Planning And Product Standards Established By Regulation, Directive, Publications And Other Policy Guidance recommend Alternative Methods, Plans, Tactics, Techniques Or Procedures As Necessary For Policy Improvement Or Optimization intelligence Analysis To Include: maintain Access To And Operate Appropriate Classified Networks, Systems, And Databases maintain Training And Qualifications Required By Intelligence Community adhere To Applicable Rules, Regulations, Directives, And Policy quality Control Of Disposition Of Forces, Activity History, And Estimated Future Disposition And Activity Trends Analysis As Pertain To Operational Requirements determine Adversary Weapons Systems Capabilities Including Trend Analysis assess Vulnerabilities Against Specified Threats updated And Report And An All Disposition Of Force/order Of Battle Changes research, Assemble, And Present Operationally Relevant Intelligence Analysis produce Intelligence Products scheduling To Include: monitor And Manage Personnel Utilization And Availability Across Multiple Organizations assemble And Assign Personnel To Tasked Events monitor Maintenance Status assign Available Resources To Tasked Events manage Scheduling For All Events Both Local And Globally adapt Schedule To Meet Wing Requirements prepare Briefing Materials And Present Scheduling-related Information integration Analysis And Acquisition Support For: future Development Of 9 Rw Operation Concerns And R&d plans, Requirements, And Personnel Management documentation Generation And Maintenance performance Of Technical Evaluations And Selection Of Government Sources Selections coordination With Cocoms And Other Organizations weather Forecasting To Include: understand Apply Weather Regulations, Policies, And Practices utilize Multiple Existing And Emerging Forecast Models And Tools To Include Classified Resources To Develop Mission-specific Weather Support prepare Weather Products To Brief Weather, Forecasts, Alerts, Descriptions, And Assessments Of Weather Anomalies determines And Brief Sun/moon Illumination And Rise/set Forecast provide On-demand Assessments Of Changing Weather Phenomena In Defined Areas record And Maintain Historical Operational Weather Data conduct Trend Analysis Of Historical Weather Data

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: Nsn 7r-4320-014552588-qe, Tdp Ver 002, Qty 27 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" 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. 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. 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.

Municipality Of La Trinidad, Benguet Tender

Software and IT Solutions
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 256 K (USD 4.3 K)
Details: Description 2nd Invitation To Bid For The Procurement Of Ict Equipment For Road-drainage Network Audit And Mapping 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Two Hundred Fifty-six Thousand Pesos (php256,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Ict Equipment For Road- Drainage Network Audit And Mapping. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: 2024-12-6392-meo Name Of Project: Procurement Of Ict Equipment For Road- Drainage Network Audit And Mapping Project Location: La Trinidad, Benguet Contract Duration: Within 10 Calendar Days From Receipt Of The Notice To Proceed Brief Description: 2 Unit Handheld Gps Specification: - Material: Polymer/silicon/glass - Waterproof - Power Source: Rechargeable Lithium-ion Battery Pack Included - Dimensions: 92x183x33mm - Product Weight: 410g (with Battery Pack) - Inclusions: Lithium-ion Battery Pack, Usb Cable, Documentation - Warranty: 12 Months - Features: Full Qwerty Keyboard, Customer Service Available For Messaging 24/7 2 Unit Laptop - 512 Gb To 1tb Ssd, - Display: 15.6” Full Hd (1920 X 1080), 144hz, Ips - Ram: 32gb Ddr4 - With At Least 7 Core Ultra-processors - Operating System: Windows 11 Pro - With Power Adapter And Cable - Mouse (wireless) With Aa Battery - Built In Webcam, Speaker And Microphone - Wifi And Bluetooth Connect - With Laptop Bag - Has Pre- Installed Basic Software - With 1-year Warranty 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 – 30, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php500.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a) Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before January 30, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 30, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd.) Yoshio P. Labi Bac Chairperson Noted: (sgd.) Romeo K. Salda Head Of The Procuring Entity

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Single Source, Combined Synopsis/solicitation. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, Using The Simplified Acquisition Procedures Found At Far Part 13, As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted On Both Fedbizopps And Neco (https://www.neco.navy.mil/). the Naval Supply Systems Command (navsup) Fleet Logistics Center Norfolk (flcn) Pentagon Directorate, Contracting Department, Detachment Philadelphia Hereby Provides Notice Of Its Intent To Award A Firm-fixed-price (ffp) Purchase Order To A Single Source: Vimeo.com, Inc. (cage: 83xl3), 555 West 18th Street, New York, New York 10011. The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 13.106-1(b), Soliciting From A Single Source. the Rfq Number Is N0018925qz130. this Synopsis/solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2005-88 And Dfars Publication Notice 20160607. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.acquisition.gov/far/ And Http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. the Naics Code Is 513210 And The Small Business Standard Is $47 Million. clin 0001: Vimeo Streaming Support - Base (ffp, 1 Unit) clin 1001: Vimeo Streaming Support - Opt I (ffp, 1 Unit) clin 2001: Vimeo Streaming Support - Opt Ii (ffp, 1 Unit) clin 3001: Vimeo Streaming Support - Opt Iii (ffp, 1 Unit) clin 4001: Vimeo Streaming Support - Opt Iv (ffp, 1 Unit) this Requirement Is Being Processed On Behalf Of The National Defense University (ndu). The Contractor Shall Provide Vimeo Livestream Business Communication Subscriptions For The Ndu Colleges. The Specific Minimum Characteristics Required By Ndu For The Livestream And Website Content Include The Following: - 9 Consecutive Streams Of Unique Video And Audio Content - 6 Studio Encoding Software Licenses, - 3 Admin Accounts, - 5 Contributor Accounts, - 100,000gb Of Bandwidth, - unlimited Amount Of Video File Storage, - team Level Analytics, - enterprise Privacy Of Internal Content, - onboarding And Account Management Support By Phone And Email. the Specifications Will Meet The Minimum Needs And Requirements Of The Faculty, Staff, And Students And Of The Ndu Curriculum. the Subscription Period Will Last For Twelve (12) Months Starting 10 February 2025 And Will Include 4 Options. additional Information Pertinent To This Posting Is Provided Herein As An Attachment And Includes, But Is Not Limited To, The Following: An Rfq With Line Item Information For Quoting Purposes, Equipment List And A Copy Of All Clauses And Provisions Applicable To This Synopsis/solicitation. the Proposed Contract Action Is For Commercial Supplies For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 13.106-1. Interested Parties May Identify Their Interest And Capability To Respond To The Requirement. This Notice Of Intent Is Not A Request For Competitive Quotes. However, Interested Parties May Identify Their Interest And Capability To Respond To This Requirement No Later Than 6 February, 1500 Eastern Standard Time (est). 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 The Purpose Of Determining Whether To Conduct A Competitive Procurement. all Responsible Sources May Submit A Bid, Proposal, Or Quotation Which Shall Be Considered By The Agency; However, Only Supplies Meeting The Ndu’s Requirements Will Be Considered For Award. The Government 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 Whether A Competitive Solicitation Will Be Issued. Any Prospective Contractor Must Be Registered In The System For Award Management (sam) In Order To Be Eligible For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov/. interested Parties Are Encouraged To Furnish Information. No Documents Submitted Will Be Returned. By Submitting Capability Information, The Contractor Is Self-certifying That Neither The Requestor Nor The Principal Corporate Officials And Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency. this Procurement Is For Electronic And Information Technology (eit). Effective June 25, 2001, The Federal Government Implemented Section 508 Of The Rehabilitation Act Of 1973, Amendments Of 1998 (29 U.s.c. S 794(d)). Section 508 Requires That The Federal Government Only Acquire Electronic And Information Technology Goods And Services That Provide For Access By Persons With Disabilities. Therefore, To The Extent Supplies And Services Are Available In The Commercial Marketplace, The Contractor Is Required To Meet The Relevant Accessibility Standards Contained In 36 C.f.r. Part 1194 (subpart B). For Further Information See Http://www.section508.gov. all Interested Parties Shall Submit Clear And Convincing Documentation Demonstrating Their Capabilities To Satisfy The Requirements Listed Above To Contract Specialist Daniel Moore By Email At Daniel.moore3@navy.mil. 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.

Misamis Occidental Tender

Healthcare and Medicine
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 565 K (USD 9.7 K)
Details: Description Republic Of The Philippines Province Of Misamis Occidental Municipality Of Calamba Tel. No. (088) 271-3215 / 271-4730 _______________________________________________ Invitation To Bid For Procurement Of Cbc Machine 1. The Municipality Of Calamba, Misamis Occidental, Through The Gad Fund Intends To Apply The Sum Of Five Hundred Sixty Five Thousand Pesos (p565,000.00) Being The Abc To Payments Under The Contract For Procurement Of Cbc Machine, With The Project Identification Number Lgucal-pb-2025-02. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item # Description Quantity Unit 1 Cbc Machine 1 Unit Principles (for Wbc, Rbc And Plt Counting) Parameters (21 -parameters:wbc, Lymph #, Mid #, Gran#,lymph %, Mid%, Gran %, Rbc, Hgb,hct,mcv,mchc,rdw-cv,rdw-sd,, Plt, Mpv, Pdw, Pct,p-lcr, P-lcc , 3 Histograms Fir Wbc, Rbc And Plt) Throughput (60 Samples Per Hour) Data Storage Capacity (400,000 Results Including Numeric And Graphical Information) Interface (4 Usb Ports ( For External Printer, Software Upgrade, Barcode Reader , External Wifi And Mouse, Lan Port 1) Dimension And Weight (depth 410 Mm X Width 300 Mm X Height 400 Mm Weight < 20 Kg) Ideal For Pediatrics Sample Volume (prediluted Mode < Ul, Whole Blood Mode < Ul) Additional Requirements: Availability Of A Certified Technician Who Can Provide Troubleshooting Services When Needed And A Commitment To A Monthly Preventive Maintenance And Performance Check Of The Machine To Ensure Its Optimal Functionality. 2. The Municipality Of Calamba, Misamis Occidental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 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 The Office Of Bac Secretariat, Local Government Unit, Calamba, Misamis Occidental And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8:00-12:00 A.m., 1:00-5:00 P.m.) 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To February 17, 2025, From 8:00 Am To 5:00 Pm (mondays To Fridays Only) From The Given Address And Website(s) Below [insert If Necessary: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before February 17, 2025, 2:00 P.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 17, 2025, 2:00 P.m. At The Bac Conference Room, Multi-purpose Hall, Calamba, Misamis Occidental. {[if Applicable, Insert] And/or Via [insert Website, Application, Or Technology To Be Used].} Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 10 . The Municipality Of Calamba, Misamis Occidental 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. 11. For Further Information, Please Refer To: Engr. Jopson D. Baones Chairperson, Bids And Awards Committee Lgu-calamba, Misamis Occidental Tel. No. (088) 271-3215 Email Address-baclgucalambamisocc@gmail.com Fax No. (088) 271-3221 Website:www.calambamisocc.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] [if Applicable] For Online Bid Submission: [indicate Website] February 4, 2025 [date Of Issue]

Department Of Agriculture Tender

Telecommunication Services
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 375 K (USD 6.4 K)
Details: Description Request For Quotation For The Procurement Of 3 Lots Internet Roaming Subscription For Satellite Internet Device And 3 Sets Satellite Internet Device… 1. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Through The General Appropriation Act For Cy 2025 Intends To Apply The Sum Of ₱ 375,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 3 Lots Internet Roaming Subscription For Satellite Internet Device And 3 Sets Satellite Internet Device… 2. The Department Of Agriculture-regional Field Office 7 (da-rfo 7), Now Invites Bids All Philgeps Registered Suppliers/ Bidders For The Procurement Of 3 Lots Internet Roaming Subscription For Satellite Internet Device And 3 Sets Satellite Internet Device…with The Following Details: 3 Lots Internet Roaming Subscription For Satellite Internet Device @ 75,000.00/lot Internet Plan: 1 Year (12 Months) Activation Period: April 2025 Until April 2026 3 Sets Satellite Internet Device @ 50,000.00/set Including Intallation And Configuration Specs: Antenna: Electronic Phased Array Field Of View: 110° Orientation: Software Assisted Manual Orienting Weight: 2.9 Kg (6.4 Lb), 3.2 Kg (7 Lb) With Kickstand Environmental Rating: Ip67 Type 4 Wind Speed Operational: 96 Kph+ (60 Mph+) Snow Melt Capability: Up To 40mm / Hour (1.5in / Hour) Operating Temperature: -30°c To 50°c (-22°f To 122°f) "power Consumption Average: 75 - 100 W Wifi Router Product Dimensions: 43.4 X 298.6 X 120.4 Mm (1.7 In X 11.76 In X 4.74 In) Wi-fi Technology: 802.11 A/b/g/n/ac/ax Generation: Wi-fi 6 Radio Tri Band 4 X 4 Mu-mimo Ethernet Ports Two (2) Latching Ethernet Lan Ports With Removable Cover Coverage Up To 297 M² (3,200 Ft²) Operating Temperature: -30°c To 50°c (-22°f To 122°f) Weight: 0.57 Kg (1.25 Lbs) Security: Wpa2 Environmental Rating: Ip56 Rated (water Resistant), Configured For Indoor Use Power Indicator Led | Face Plate, Lower Left Corner Of Router Mesh Compatibility: Compatible With Satellite Device Gen 2 And Gen 3 Mesh Nodes, Up To 3 Satellite Device Devices: Connect Up To 235 Devices Cable 15.2 M (50 Ft) Ac Cable 1.8 M (6 Ft) 3. The Bidder Must Submit Legal Documents Such As Mayor’s Permit, Philgeps Certificate And/or Registration Number. The Office Will Require The Winning Bidder To Submit Income/ Business Tax Return (for Abc ₱ Above 500,000.00) And Omnibus Statement Prior Recommendation Of Award (bac Resolution). 4. Interested Bidders May Obtain Further Information From Department Of Agriculture-regional Field Office 7 (da-rfo 7) And Inspect The Canvass Forms And Other Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. Procurement Unit Department Of Agriculture Regional Field Office 7 Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City 5. Bids Must Be Delivered, Together With The Required Legal Documents Stated At Item Number 3, To The Bac Chairperson Office / Procurement Unit At Da- Rfo 7, Da-rfo 7 Complex, M.c. Briones Street, Highway Maguikay, Mandaue City. Failure To Submit The Said Legal Documents Will Disqualify The Bidder. 6. Open But Signed Bids/quotations May Be Submitted Through Facsimile Or Email, Together With The Required Documents Stated At Item Number 3, At The Address And Contact Numbers Indicated Below. Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Fax Number 032- 256-3063 Telefax No. 032-268-2698 Darfu7@ymail.com / Da7ps@yahoo.com / Da7gs@yahoo.com 7. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 8. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information And Required Documents To Be Submitted , Please Contact : Procurement Unit Department Of Agriculture Regional Field Unit-7 Tel No. 032-2682698 Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
8731-8740 of 9215 archived Tenders