Ups Tenders

Ups Tenders

Municipality Of Sto Ni o, Cagayan Tender

Electronics Equipment...+2Security and Emergency Services, Electrical and Electronics
Philippines
Details: Description Materials (includes Labor) 1.) 5pcs - 8mp Metal Full Color Bullet Network Camera, Resolution 3840 X 2160@15fps, Lens Fov 4mm, 4x Ir Leds + 4x Warm Leds, Support Humanoid Detection, With Internal Poe, Full Color, Built-in Mic, Ingress Protection Ip66, Support Region Intrusion, Line Crossing Human Detection 2.) 2pcs - 8mp, 4k Metal Full Color Eyeball Network Camera, Resolution 3840 X 2160@15fps, Lens Fov 4mm, 1x Ir Leds + 1x Warm Leds, Support Humanoid Detection, With Internal Poe, Full Color, Built-in Mic, Ingress Protection Ip66, Support Region Intrusion, Line Crossing Human Detection 3.) 1pc - 32 Channel 2hdd H.265 Nvr 4k Video Output Adopt The New Vstar Gui, Easy To Operate And Run Smoothly, Support Intelligent Coding Vsmart, Greatly Reducing Storage Space, Improve Compatability For Hdd, Support Intelligent Detection And Human Detection 4.) 1pc - 6 Port Poe Switch, 4fe Poe, 2fe Uplink Ports, (data/power) >*10/100m Rj45 Ports (data) 6.) 1pc - 10 Port Fast Ethernet Standard Poe Switch, 8fe Poe, 2fe Uplink, 120w, 250m 7.) 1pc - 4tb Surveillance Hdd 8.) 150m - Vrght Utp Cat6 Pure Copper With Messenger 9.) 100m - Vrghtoutdoor Cat6e 23aw Pure Copper/meter 10.) 400m - Drop Wire Pure Copper 11.) 400m - Fiber Optic Cable Single Core/meter 12.) 1pc - Hdmi Cable V2.0 19+1 4k, Aluminum Shell, 1.5meter 13.) 7pcs - Ip65 100*100*70mm Waterproof Box Outdoor 14.) 20pcs - Passthrough Ez-rj45connector Transparent 15.) 2pcs - Big Junction Box B6:400*280*125mm Metal Large 16.) 1pc - Ip Media Converter Gigabit A-b Pair 20km 17.) 4pcs - Sc Connector 18.) 1pc - Ups Secure 650va 19.) 1pc - 6m Standardized Cctv/ Streetlight Pole, Standard Municipal Light Pole With High Wind Resistance, National Standard Q235 Steel, Anti-aging, Anti-corrosion And Long Service Life 20.) 1lot - Pvc White Molding Cn 1lot 21.) 5pcs - Pole Mount Bracket 22.) 1unit - 55" 4k Smart Tv With Swivel Type Wall Bracket 23.) 1lot - Data Cabinet 60mm, Depth-450mm, Height-240mm, Cctv Server Cabinet Wall Mount Type With 24 Ports Cable Manager, Tray And Power Distribution Unit 6 Socket 24.) 1pc - Wireless Mouse 25.) 1lot - Miscellaneous And Consumables
Closing Date28 Jan 2025
Tender AmountPHP 326.1 K (USD 5.5 K)

Department Of Trade And Industry Tender

Publishing and Printing
Philippines
Details: Description 1 6 Unit Printer 87,000.00 Specifications: - Function: Print, Scan, Copy - High Yield Ink Bottles - Compact Integrated Tank Design - High Yield Ink Bottles - Spill-free, Error-free Refilling Wi-fi & Wi-fi Direct - Borderless Printing Up To 4r - Dimensions: 435 Mm X 439 Mm X 195 Mm -paper Size - A4, Letter, Legal,photo-l(9x13cm/3.5x5") - Power Source - Ac 220 - 240v 50/60hz - Supported Os: Windows® 7 Sp1/8.1/10/11 Server 2008/2008 R2/2012/2012r2/2016/2019 2 3 Unit Printer 63,000.00 Specifications: - Function: Print, Scan, Copy - Compact And Durable Ecological Design '- 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 - Dimensions (w X D X H):375 X 347 X 237 Mm - Paper Size - A4, Letter, Legal,photo-l(9x13cm/3.5x5") - Power Source - Ac 220 - 240v 50/60hz - Supported Os: Windows 7/8.1/10/11 Server 2008/2008 R2/2012/2012 R2/2016/2019 3 2 Unit Scanner 60,000.00 Specifications: - Scanning Speed - 40 Ppm - Document Size - Multiple Sheets - Length (50.8 Mm To 355.6 Mm) - Colour / Monochrome - Colour Depth - Input - 48-bit Colour Processing - Resolution/optical - Up To 600 Dpi × 600 Dpi - Dimensions (width X Depth X Height) - 299.5 Mm × 190.5 Mm × 215.9 Mm - Adf (automatic Document Feeder) - Up To 80 Pages (paper: 80 G/m²) 4 1 Unit Desktop Monitor 5,000.00 Specifications: - 22'' Display - Led Wide Screen - Connector: Hdmi + Vga 5 3 Unit Uninterruptible Power Supply (ups) 11,100.00 Specifications: Ratings - 1000va/600watts Interface - 4xus Standard Socket 6 2 Unit External Hard Drive 14,000.00 Specifications: - 2tb -compatible With Most Windows, Macos, And Chrome Os Systems. 7 5 Unit Keyboard 2,500.00 Specifications: - Compatible For Desktop Computer - Plug And Play Usb Connection, Cable Type 8 3 Pc Usb Flash Drive 1,500.00 Specifications: - 32 Gb Capacity - Plug And Play Usb Connection, Cable Type 9 2 Pc Desk/table Lamp 3,600.00 Specifications: - Led Lamp, Dimmable - Input Voltage: 220-240, 50-60hz - Rechargeable - Wattage: Minimum6w - White Color *bidder/supplier Must Submit Valid Documents On: 1. Philgeps Registration Number 2. Lgu Business Permit And 3. Omnibus Sworn Statement(philippine Bid Documents Format)
Closing Date28 Jan 2025
Tender AmountPHP 247.7 K (USD 4.2 K)

Municipality Of Palauig, Zambales Tender

Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Province Of Zambales Municipality Of Palauig -0- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid Itb No. Palg 01-2025 (goods) The Local Government Of Palauig Thru Its Bids And Awards Committee (bac) Invites Suppliers, Manufacturers, Distributors Duly Registered To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Project: Digitalization Of Payments For Collections And Disbursements Location : Palauig, Zambales Approved Budget For The Contract . . . . . . . . . . . Php10,000,000.00 Source Of Fund: Trust Fund (lgsf-fa) Delivery Period: Two Hundred Calendar Days (upon Receipt Of Notice To Proceed) Item No. Unit Qty. Item Description Unit Cost Total Cost 1. Package 1 Collections And Disbursements Softwares (including Customization, Implementation And Initial Support) 2. Unit 11 Desktop Computer ( Specs: Intel I7, 1tb Ssd,16gb Ram) 3. Unit 20 3-in-1 Printer 4. Unit 13 Uninterruptible Power Supply (ups) 5 Unit 10 Laptop (specs: Intel I7, 1tb Ssd,, 16gb Ram) 6. Unit 5 Dot Matrix Printers 7. Unit 3 Biometrics 8. Unit 1 Production Server 9. Unit 1 Data Switch 10. Unit 1 Server Cabinet 11. Set 1 Data Cables Total Project Cost Prospective Bidder Should Have Experience In Undertaking A Similar Project Within The Last Three (3) 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, 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 Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: 1. Issuance Of Bid Documents - January 15, 2025 2. Pre-bid Conference - January 22, 2025 (2:00 P.m.) 2. Deadline Of Submission Of Bid Proposal - February 03, 2025 (11:30 A.m.) 4. Opening Of Bids - February 03, 2025 (2:00 P.m.) 5. Bid Evaluation - February 04-05, 2025 6. Post-qualification - February 06-07, 2025 7. Notice Of Award - February 10, 2025 Bidding Documents May Be Obtained At The Bac Secretariat, Palauig, Zambales Upon Payment Of Non-refundable Fee Of Php 10,000.00 To The Municipal Treasurer’s Office. Duly Accomplished Eligibility Forms Shall Be Submitted In Sealed Envelope Address To The Bac Chairperson. The Bac Reserves The Right To Accept Or Reject All Bids Or Part Thereof, To Waive Formality Therein Or To Accept Such Bids Or To Award Of Any That Is Considered Advantageous To The Local Government Unit Of Palauig, Zambales. For Further Inquiry, You May Refer To: Ms. Daisy D. Bautista Head, Palauig Bac Secretariat 2nd Floor, Municipal Building Palauig, Zambales Cp No. 09094876435 By: Bids And Awards Committee – Goods (sgd.) Adrian Ariel C. Altares Oic- Municipal Engineer Bac Chairperson
Closing Date31 Jan 2025
Tender AmountPHP 10 Million (USD 170.5 K)

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Security and Emergency Services
United States
Details: This Is Not A Solicitation. This Is A Sources Sought For Planning Purposes Only And Is Issued In Accordance With Federal Acquisition Regulation (far) 52.215-3 Request For Information Or Solicitation For Planning Purposes (oct 1997) Provided At: Https://www.acquisition.gov/far/52.215-3. No Solicitation Document Exists At This Time. Issuance Of This Notice Does Not Constitute Any Obligation On The Part Of The Government To Procure These Items Or Services Or To Issue A Solicitation. In Addition, The Government Is Under No Obligation To Pay For Information Submitted In Response To This Sources Sought, And Responses To This Notice Cannot Be Accepted As Offers. Any Information That The Vendor Considers Proprietary Should Be Clearly Marked As Such. The Government Shall Not Be Held Liable For Any Damages Incurred If Proprietary Information Is Not Properly Identified. in Preparation For An Upcoming Procurement, The National Oceanic And Atmospheric Administration (noaa), Eastern Acquisition Division, Norfolk, Va On Behalf Of The Office Of Marine And Aviation Operations Is Conducting Market Research To Provide Video Management System Equipment To Meet The Requirements Of The Safer For Seas Act. The Items Required Are Listed Below. Brand Name Or Equal Parts Will Be Accepted. All Equipment Shall Be National Defense Authorization Act (ndaa) Section 889 Compliant.if Different Manufacture Equipment Is Provided In Quote, Provide Certificate Of Ndaa Section 889 Compliance. Equipment Shall Not Have An Annual Subscription Requirement. A Delivery Date Of 05/14/2025 Is Required. network Video Recorder, 160tb Minimum Storage, Rack Mount hanwha prn-6400db4-160tb qty: 15 Ea rack Mount Console, Universal Serial Bus (usb) Pass-through For Flash Drive, Card Reader, Compatible With Windows eaton b021-swhd-k qty: 15 Ea 4mp Network Power Over Ethernet (poe) Dome Camera, Ceiling Mountable hanwha qnd-7012r qty: 291 Ea 24 Port Switch Poe allied Telesis at-gs970m/28ps-10 qty: 15 Ea surge Protector 24-port Poe Enabled ditek dtk-rm24nets qty: 15 Ea 1500va, Rackmount Uninterruptible Power Supply (ups), Automatic Voltage Regulation apc smt1500rm2uc qty: 15 Ea equipment Rack 12u Of Rack Space, Lockable eaton sr12ub qty: 15 Ea the North American Industrial Classification System (naics) For This Requirement Is 334290 Other Communications Equipment Manufacturing And The Size Standard Is 300 Employees. Small Businesses Are Encouraged To Submit A Brief, Typed Capability Statement In Response To This Sources Sought Announcement. companies Shall Provide The Following Information: 1. Company Name And Address. 2. System For Award Management (sam) Unique Entity Id Number. 3. Type Of Business (e.g. Large Business, Small Business, 8(a), Veteran-owned small Business, Service-disabled Veteran Owned Small Business, Hubzone small Business, Small Disadvantaged Business, And/or Women Owned small Business) As Validated Via Sam. 4. Company Point Of Contact – Name, Phone, And E-mail Address 5. Demonstrate Capabilities For Meeting The Requirements Listed Above. 6. Companies Are Asked To Provide Their Response No Later Than January 24, 2025 4:00pm Eastern Time.
Closing Date24 Jan 2025
Tender AmountRefer Documents 

Ormoc City Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Gsd Government Of Ormoc City P.r. No.: 250000 Bids And Awards Committee Quotation No.: 255647-3114 Ormoc City Philgeps No.: Standard Form Title: Request For Quotation Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By You Or Your Authorized Representative Not Later Than _______ _______________________. (sgd) Katheryn A. Solaña Procurement Officer Note: (1) All Entries Must Be Typewritten Or Legibly Written. Of Acceptance By The End-user. (4) Price Validity Shall Be For A Period Of (2) Delivery Period Within 30 C.d. Upon Receipt Of The Sixty (60) Days. (5) G-eps Reg No., Mayors Permit, Dti/sec, And For Abc's Above Approved Funded Purchase Order (p.o.). Administrative 500k - Itr & Omnibus Sworn Statement Shall Be Attached Upon Submission Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall (6) Bidders Shall Submit Original Brochures Showing Certifications Of Be For A Minimum For Non-delivery Without Valid Reason. The Products If Applicable. (7) The Approved Budget Ceiling For This (3) Warranty Shall Be For A Period Of Three (3) Months Of Procurement Is (amount Indicated Below) Supplies & Materials, One (1) Year For Equipment, From Date Php 435,000.00 Activities Schedule From To 1 Issuance Of Canvass Monday January 13, 2025 Thursday January 16, 2025 2 Submission Of Canvass Friday January 17, 2025 10:00 Am 3 Opening Of Canvass Friday January 17, 2025 2:00 Pm # Item And Description Qty Unit Cost Total 1 Laptop 2 Unit Specs: Processor: Max Turbo Freq: 5.5 Ghz; # Of Cpu Cores: 20; Cache: 33mb, Threads: 28; Ram: 16gb; Hard Disk: 1tb Ssd Display: 16.0" Ips Technology Wqxga 2560 X 1600 Graphics: 8g; 90wh 4 Cell Battery; W/ Perpetual License Os And Office & W/ Product Key W/ Backpack 2 Computer (set) 3 Set Specs: Processor Base Frequency: 2.90 Ghz; 6 Cores 12 Mb Cache, Threads: 12; Motherboard: 2xdimm, Max 64gb 8gb Memory Ram; Branded 700w Power Supply 23.8" Gaming Monitor; 650va Ups; Keyboard & Mouse Combo Usb Type; Mouse Pad W/ Perpetual License Os And Office & W/ Product Key Note : All It Related Items Above Must Be Delivered In Compliance With The Required Technical Specification Or Its Equivalent Or Higher Ans Must Be Compatible With The Existing Lgu Systems And With Warranty -x-x-x-x-x-x-x- Nothing Follows -x-x-x-x-x-x-x- Grand Total >>> * Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your Conditions, I/we Quote You On The Item At Prices Noted Above And Hereby Commit To Deliver The Same If Adjudged To Have The Lowest And Responsive Quotation. Business Name 2025-01-250000 Printed Name/signature/date
Closing Date16 Jan 2025
Tender AmountPHP 435 K (USD 7.4 K)

Department Of Health Treatment And Rehabilitation Center Tender

Healthcare and Medicine
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Various Medical/ Laboratory Equipment 1. The Doh-camarines Sur Treatment And Rehabilitation Center, Through The 2025 General Appropriations Act (gaa)/ Health Facility Enhancement Program (hfep) Intends To Apply The Approve Budget For The Contract (abcs) For Below Indicated Items To Payments Under The Contract For Invitation To Bid No. 25-01. Bids Received In Excess Of The Item’s Abc Shall Be Automatically Rejected At Bid Opening. Lot No.1 1 Unit Full Digital (fpd) Mobile Xray Machine And Relevant Accessories Abc P 9,600,000.00 Bid Docs Fee P10,000.00 Inclusions (relevant Accessories): • 1 Set Radiation Protection Accessories • 1 Unit Mobile Vertical Chest Cassette Holder • 1 Unit Photo/ Document Printer Lot No.2 1 Unit Fully Automated Clinical Chemistry Analyzer And Compatible Items/ Equipment Abc P1,900,000.00 Bid Docs Fee P5,000.00 Inclusions (compatible Items/ Equipment): • 1 Set Computer • 1 Unit Printer • 1 Unit Uninterruptible Power Supply (ups) Lot No.3 1 Unit 5-part Hematology Analyzer And Compatible Item/ Equipment Inclusion (compatible Items/ Equipment): • 1 Unit Uninterruptible Power Supply (ups) Abc P900,000.00 Bid Docs Fee P1,000.00 Lot No.4 1 Unit Clinical Compound Microscope Abc P100,000.00 Bid Docs Fee P500.00 Lot No.5 1 Unit 12-lead Ecg Machine Abc P47,500.00 Bid Docs Fee P500.00 With Accessories (patient Cable, 4set Limb Electrodes, 6pcs Chest Electrodes, 1pc Power Cable, 10rolls Printing Paper, 1pc Usb Cable, 1copy Operation Manual Bid Evaluation And Award Of The Contract Shall Be On A Per Lot Basis. Specifying A Zero (0) Or A Dash (-) In An Item Would Mean That It Is Being Offered For Free To The Government. The Doh-camarines Sur Treatment And Rehabilitation Center Now Invites Bids For The Above Procurement Project. Deliveries Of The Goods Are Required Within Sixty (60) Calendar Days Upon Receipt Of The Notice To Proceed. 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). 2. 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. 3. Prospective Bidders May Obtain Further Information From Doh-camarines Sur Treatment And Rehabilitation Center And Inspect The Bidding Documents At The Address Given Below From Monday To Friday (8:00am-5:00pm) 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 14, 2025 From The Given Address And Website(s) And Upon Payment Of An Amount (as Indicated Above) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 5. The Doh-camarines Sur Treatment And Rehabilitation Center Will Hold A Pre-bid Conference On January 22, 2025 9:30am At Doh-camarines Sur Treatment And Rehabilitation Center, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below Not Later February 7, 2025 8:30am. Late Bids Shall Not Be Accepted. Bidders Are Requested To Submit Three (3) Copies Of The Technical And Financial Components Of Its Bid. A Detailed Envelope Sealing Illustration Is Presented In Itb Clause 16 Of The Bid Data Sheet. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On February 7, 2025 9:30am At The Given Address Below. Bids Shall Be Opened In The Presence Of The Bidders’ Representatives Who Chose To Attend The Activity. Only Two (2) Representatives Per Bidder Shall Be Allowed In The Opening Of Bids. 9. The Bac Will Be Providing Webex Links To Prospective Bidders Opting To Attend The Pre-bid Conference And Bid Opening Thru Online. 10. The Doh-camarines Sur Treatment And Rehabilitation Center Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Requests For Clarification(s) On Any Part Of The Bidding Documents Or For An Interpretation Must Be In Writing And Submitted To The Bac Via Email Not Later Than January 28, 2025. Response To Such Clarifications Shall Be Through A Supplemental/ Bid Bulletin Issuance. Bac Secretariat Contact Details: • Cp No. : 09985111426/ 09938807144 • Email Address: Dohtrc_camsur_bac@yahoo.com You May Visit The Following Websites For Downloading Of Bidding Documents: • Philgeps.gov.ph • Notices.ps-philgeps.gov.ph • Cstrc.doh.gov.ph Lastly, Please Be Reminded Of The “no Contact Rule” Under Section 32.1 Of The 2016 Irr Of R.a. 9184. Procurement Stage/ Schedule Advertisement/ Posting Of Invitation To Bid At The Philgeps And Doh-cstrc Websites, Designated Bulletin Board Within The Premises And Social Media Account Of Doh-cstrc January 14, 2025 Pre-bid Conference Doh-cstrc, Bgy. Pamukid, San Fernando, Camarines Sur *please Check For Any Bid Bulletins In Case Of Rescheduling Due To Conflict Of Schedule/ Lack Or Quorum. January 22, 2025 9:30 Am Last Day Of Request For Clarification *via Email January 28, 2025 Last Day For Issuance Of Supplemental/bid Bulletin January 31, 2025 Deadline For Manual Submission Of Bids February 7, 2025 8:30am Opening Of Bids February 7, 2025 9:30am Date Of Issue: January 14, 2025 (sgd) Sarah Malate-gorimbao, Rsw, Mha Chairperson, Bids And Awards Committee
Closing Date7 Feb 2025
Tender AmountPHP 12.5 Million (USD 214.6 K)

City Of Bayawan Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Request For Quotation Rfq No. Svp 25-b-0002 (re-ad) Date January 06, 2025 Pr Reference 100-24-11-006 Philgeps Reference No. End - User Cmo-its Closing Date January 21, 2025@5:00pm Opening Of Bids January 23, 2025@9:00am Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Basis Of Evaluation For This Rfq : ◻ By Lot ◻ Per Item 8. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0002 (re-ad) Total Abc: Php 324,000.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (totalabc Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications 1 Desktop Computer, Clone Desktop Computer, Form Factor: Mid Tower, Processor: Intel Xeon, Memory: At Least 16gb Drr4, Graphics: At Least 4gb Graphics Card, Storage: 1tb Ssd, Input: Usb Keyboard+mouse, Os: Windows 11 Pro (pre-installed), Monitor: 21.5" Lcd W/ Dual Display Port, Ups: 650va/ 360w Ups, Warranty: One Year 3 Sets 55,000.00 [ ] [ ] 2 Ip-pabx, Hardware Appliance: Can Register At Least 500 Users Or More, Concurrent Calls:60 Or More, Network Interface: A Tleast 1tb Ssd (preffered) Or Hdd, Redundant Power Supply 1 Unit 159,000.00 [ ] [ ] * Nothing Follows* Purpose: Supply And Delivery Of Desktop Computer And Ip-pabx. (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date21 Jan 2025
Tender AmountPHP 324 K (USD 5.5 K)

City Of Bayawan Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description 2 Virginia D. Sadiasabac Chairpersonrfq No.pr Referenceend-usersvp-25-d-023100-25-01-097datephilgeps Ref. No.1. Bac Office, Cabcabon, Bayawan Cityjanuary 22, 2025cbodesignated Places Of Submission (bid Boxdesignated Locations)2. Sidlakan Extension Office (dgte. City)name Of Business:address:name Of Store:business Permit No.:tax Identification No.:philgeps Reg. No.:i/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Settherein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bidboxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote.acknowledgement Receipt(signature Over Printed Name / Date)request For Quotation The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services Asenumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than Theclosing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request Forquotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Alongwithyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 4300439 Or Email Address Atbac.bayawan@gmail.com. Closing Datefebruary 6,2025note: Please Attach The Following Documentary Requirements Together With This Rfq:1. Mayor's / Business Permit2. Philgeps Registration No:a. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants )b. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding)3. Omnibus Sworn Statementbid Openingfebruary 11, 2025republic Of The Philippinesprovince Of Negros Orientalcity Of Bayawan Bids And Awards Committee(035) 531-0020 Local 202(035) 430-0439 (telefax)email: Bac.bayawan@gmail.comhttp://www.bayawancity.gov.phpage 1 Of 4 Pages Terms And Conditions1bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusivelythe Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated Byyou Or Any Of Your Duly Authorized Representative/s.23quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected.456award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, Ascomplying To The Eligibility And Bid Requirements.7basis Of Evaluation For This Rfq:8breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Drawlots (for Three Or More Bidders).91011supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shallautomatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice Tolegal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184and Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder.12 Per Lot Per Itemprice Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Pricesoffered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission.indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Berejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names.indicate No Brand If The Item Quoted Is Generally Unbranded.alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Additionor As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith Forpurposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Iscontained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes.the City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overduedelivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Ofbayawan.the Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal.extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, Thedefault Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For Aminimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. Theobligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of Thewarranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Suppliesdelivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Republic Of The Philippinesprovince Of Negros Orientalcity Of Bayawan Bids And Awards Committee(035) 531-0020 Local 202(035) 430-0439 (telefax)email: Bac.bayawan@gmail.comhttp://www.bayawancity.gov.phpage 2 Of 4 Pages Rfq Proposal Formafter Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) Asfollows:rfq Reference:svp-25-d-023total Abc:php 70,000.00item No.descriptionqtyunit Of Issueapproved Budget For The Contract ( Unit Cost Per Line Item )offercompliance With Technical Specifications (please Check)remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.)yesnounit Costtotal Costbrand/model And Technical Specificationspurpose : Delivery Of Printer And Computer For City Budget Office1desktop Computer, Form Factor: Midtower, Processor: At Least Intel Core I5 Series, Memory: At Least 16gb Ddr4, 3200mhz (2x 8gb), Graphics: At Least 2gb Graphics Card, Storage: At Least 256gb Sata Ssd + 1tb Sata Hdd, Input: Usb Keyboard + Mouse, Os: Windows 11 Pro (pre-installed), Monitor: 21.5" Lcd W/ Dual Display Port, Ups: 650va/ 360w Ups, Inclusions: Complete Accessories + Os Paper Lic., One Year Warranty!1pad55,000.00[ ][ ]2printer, Type: Inkjet, Ink Tankfunctions: Print, Scan & Copyprint Speed: 33 Ppm/15ppmcopy Size: A4, Max.interface: Usb2.0inclusions : Starter Consumables + Accessoriesextra : 5 Sets Consumableswarranty: One Year!1unit15,000.00[ ][ ]***nothing Follows***republic Of The Philippinesprovince Of Negros Orientalcity Of Bayawan
Closing Date6 Feb 2025
Tender AmountPHP 70 K (USD 1.1 K)

City Of Bayawan Tender

Others...+2Civil And Construction, Civil Works Others
Philippines
Details: Description Request For Quotation Rfq No. Svp 25-b-0017 Date January 21, 2025 Pr Reference 300-25-01-056 Philgeps Reference No. End-user Bfp Closing Date February 4, 2025 February 6, 2025 Bid Opening 1. Bac Office, Cabcabon, Bayawan City Designated Places Of Submission (bid Box Designated Locations) 2. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). A Copy Of Your Current Business Permit And Philgeps Certificate Or Registration Is Also Required To Be Submitted Along Withyour Quotation/proposal. Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1 Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 2 Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3 Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 4 5 Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6 Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7 Basis Of Evaluation For This Rfq: 8 Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9 The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10 The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11 Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12 Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Svp 25-b-0017 Total Abc: Php 100,000.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description Qty Unit Of Issue Approved Budget For The Contract ( Unit Cost Per Line Item ) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand/model And Specifications. Attach Brochure If Available.) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Purpose : Supply And Delivery Of Desktop Computer To Be Used In The Enforcement Of Ra9514 And Other Fire-related Laws. Lot. I Information And Communication Technology Equipment 1 Desktop Computer, Form Factor: Mid Tower, Processor: At Least Intel Core I5 Series, Memory: At Least 8gb Ddr4, 3200mhz, Graphics: At Least 2gb Video Graphics, Storage: At Least 256gb Sata Ssd + 1tb Sata Hdd, Input: Usb Keyboard+mouse, Network: Lan & Wifi, Os: Windows 11 Pro Lic. , Monitor: 21.5" Fhd Led, Inclusions: Ups: 650va/360w Ups; Complete Accessories + Os Paper Lic., 1 Year Warranty 2 Unit 50,000.00 [ ] [ ] ***nothing Follows*** ( Supplier Must Provide Complete Data For The Information Required Below ) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date6 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n771.9|anq|7176055783|kevin.bilous@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving|n/a|tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg| equal Opportunity (sep 2016)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic (jan2023))|3|||| option For Increased Quantity (mar 1989)|1|365 Days| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2023)|13|335931|600 Employees|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. the Government Is Seeking A Repair Turnaround Time (rtat) Of: 120 Days government Source Inspection (gsi) Is Required. please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work. your Quote Should Include The Following Information: Quote Amount And Rtat o Unit Price:__________ o Total Price:__________ o Repair Turnaround Time (rtat): _______ Days if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This contract. Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte): ___ Return Material Authorization # (rma), If Applicable:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location o Awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As "awardee Cage": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________ the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default. in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Ups . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Ups Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall Be Performed In accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor Or Government approved Documents Developed To Provide Technical Repair Procedures. cage___ref. No. ;29019 7455464-1 29019 Grslpfc11-3.5k60-115/220a-120-5m-10274 Rev B ; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date27 Jan 2025
Tender AmountRefer Documents 
3491-3500 of 3647 archived Tenders