Electrical Cable Tender Results

Indian Army Tender Result

Goods
Automobiles and Auto Parts...+1Machinery and Tools
GEM
Result Stage: Potential AOC Released
India
CATEGORY: 001133 1 PLUG ELECTRICAL 12 PIN 12 80 B N , LV7 T 815 4X4 990 100 437 000 SWITCH , LV7 T 815 4X4 442 079 240 870 HOSE , LV7 T 815 4X4 443 930 131 710 REAR COVER , LV7 T 815 4X4 443 839 005 000 RELAY V 23 134 B 0553 C 642 , LV7 T 815 8X8 130 940 010 174 FRONT SIDE WIND SHIELD GLASS , LV7 T 815 8X8 443 853 015 000 SWITCH SWF 210 576 , LV7 T 815 8X8 443 851 253 001 DIFFERENTIAL LOCK SWITCH , LV7 T 815 8X8 5330 388677 GUIDE BAR 1250 MM , LV7 T 815 8X8 443 312 035 000 REAR CLUSTER 891 015 , LV7 T 815 8X8 442 964 300 024 REAR COVERING BAR 633 MM 194 161 203 589 , LV7 T 815 8X8 443 960 522 111 FUEL HOSE , LV7 T 815 8X8 5365 72 0330251 SPACER SPECIAL SHAPED 442 954 160 204 , LV7 T 815 8X8 442 079 940 074 BOLT , LV7 T 815 8X8 358 121 020 000 WIPER SWITCH VS 10 04 503 058 A 8 VH , LV7 T 815 8X8 442 954 162 964 UPPER GASKET 2106 MM 273 412 050 038 , LV7 T 815 8X8 442 973 530 234 LOCK , LV7 T 815 8X8 443 825 017 800 ASH TRAY , LV7 T 815 8X8 442 978 800 064 HOLDER , LV7 T 815 8X8 442 985 510 054 CARPET 325X708 272 512 114 260 , LV7 T 815 8X8 442 078 690 454 UPPER FRONT SHEET , LV7 T 815 8X8 443 522 800 003 SOURCE OF PULSES , LV7 T 815 8X8 130 050 210 174 CROSS PIN , LV7 T 815 HMV 6X6 442 099 690 424 WIND SCREEN WIPER SET , LV7 AV 15 578 003 923 952 28 LADDER , LV7 AV 15 578 003 100 652 16 GEAR WHEEL , LV7 AV 15 578 003 001 252 30 GLASS SHEET FRONT WINDOW , LV7 AV 15 578 003 917 152 80 SHEEL INDICATOR , LV7 AV 15 578 003 910 552 32 CABLE , LV7 AV 15 443 811 000 000 CONTACTOR , LV7 KRZ 255BS 1301010 RADIATOR ASSY WITH FRAME , LV7 KRZ 236 1117010 A SECONDRY FUEL FILTER , LV7 KRZ 200 3514220A2 FILTER COVER , LV7 KRZ 252140 P2 SPRING WASHER 18 SPRING WASHER , LV7 KRZ 255B 8403013 30 FENDER LH , LV7 KRZ 255B 8403012 30 FENDER RH , LV7 KRZ 113 512010 Z1 REPAIR KIT , LV7 KRZ 100 3522109 REPAIR SET , LV7 ZIL 131 2401083 TRUNION , LV7 ZIL 157 4502131 REAR SHAFT ASSY , LV7 ZIL 131 5206066 WIND SHIELD SEALING STRIP , LV7 SCANIA 364624 FILTER INSERT , LV7 SCANIA 250679 WINCH
Contract Date28 Sep 2024
This is an estimated contract date, exact date may vary.
Contract AmountINR 149.5 Million (USD 1.7 Million)

City Of Hamm, Real Estate Management Tender Result

Result Stage: Awarded  (AOC Available)
Germany
Description: Planning service "Technical equipment (electrical)" for network cabling in the old town hall
Contract Date27 Aug 2024
Contract AmountRefer Documents 

Ministry Of Defence - MOD Tender Result

Goods
Automobiles and Auto Parts
GEM
Result Stage: Awarded  (AOC Available)
India
CATEGORY: LV7 T-815, 130-076-856-394, ADAPTER STRAIGHT PIPE TO TUBE -130-076-8 , LV7 T-815, 443-851-036-000, Additional lamp signal lamp , LV7 T-815, 5935-72-0194218, ADOPTER CONNECTOR TO LAMP BASE , LV7 T-815, 150-130-029-004, AIR CLEANER -SPP 1200R REPAIR KIT , LV7 T-815, 443-400- 345-000, AIR HORN 3 PA 004 206 051 , LV7 T-815, DMD- NIV-3107, AIR HORN HOSE 5 MTR , LV7 T-815, 207-490-219- 4, AIR PIPELINE , LV7 T-815, 207-490-220-4, AIR PIPELINE , LV7 T-815, 207-490-221-4, AIR PIPELINE , LV7 T-815, 207- 490-178-4, AIR PIPPELINE-CTIS , LV7 T-815, 207-490-214-4, AIR PIPPELINE-CTIS , LV7 T-815, 207-490-148-4, AIR PIPPELINE-FRAME , LV7 T-815, 443-311-038-000, ASYMETRIC HEAD LAMP-891012 , LV7 T-815, 207-866-030-4, BEACON COVER , LV7 T-815, 443-316-099-000, BEACON SIGNAL LAMP , LV7 T-815, 2530 018229, BOOSTER CYLINDRICAL , LV7 T-815, 273-121-010-090, BUSHING 8X1 CSN 633831 1 , LV7 T-815, 443-317-043-109, CHARGING SIGNAL LAMP , LV7 T-815, 150-130-028-004, CONNECTING HEAD KIT FOR COUPLING , LV7 T-815, 131-938-404-990, CONNECTING PIECE , LV7 T-815, 5935-72-0082872, CONNECTOR PLUG ELECTRICAL119 411 360 473 , LV7 T-815, 443-317-044-109, DIFFERCENTIAL SIGNAL LAMP , LV7 T-815, 443-319-014-000, DIRECTION FLASHER SWITCH OVER - RUHLA 8 , LV7 T-815, 443-317-030-109, DIRECTION SIGNAL LAMP , LV7 T-815, 443-313-108-103, DOME LIGHT , LV7 T-815, 443-132-130- 026, ELECTRIC MOTOR 24V 7W , LV7 T-815, 207-902-598-4, ELECTRIC PUMP , LV7 T-815, 443-641-051-000, ELECTRIC VALVE 324411 315 , LV7 T-815, 131-857-042-078, FORK , LV7 T-815, 207-902-471-4, FUEL FILTER CABLE , LV7 T-815, 207-490-183-4, FUEL LINE , LV7 T-815, 442-076-632-074, FUEL RETURN TUBE , LV7 T-815, 442-076-633-214, FUEL SUPPLY TUBE , LV7 T-815, 442-076-633-224, FUEL SUPPLY TUBE , LV7 T-815, 442-076-633-234, FUEL SUPPLY TUBE , LV7 T-815, 371-814-037-000, FUSIBLE CUT OUT 3 WK 503 01 10A , LV7 T-815, 371-814-035-000, FUSIBLE CUT OUT 3WK 503 01 5A , LV7 T-815, 371-814-038-000, FUSIBLE CUT- OUT -3WK 503-01 15A , LV7 T-815, 207-182-050-4, GEAR SHIFT BOOSTER 10TS , LV7 T-815, 130-016-940-324, GEAR SHIFT ROD FRONT PART , LV7 T-815, 130-954-160- 994, GLASS SEALING 535 MM , LV7 T-815, 130-946-050- 074, HANDLE END PIECE , LV7 T-815, 443-853-036-000, Head lamp switch , LV7 T-815, 443-311-065-0, HEAD LAMP WATER TIGHT IN FOG 891017 , LV7 T-815 4x4, 443-859-002- 812, FUSE 8A , LV7 T-815 4x4, 371-814-040-000, FUSIBLE CUT OUT 3WK 503 01 25 A , LV7 T-815 4x4, 443-853-070- 000, EXHAUST BRAKE SWITCH , LV7 T-815 4x4 , 443-851- 244-001, DOME LIGHT SWITCH , LV7 T-815 4x4, 443-853- 018-000, DISTANCE LAMP SWITCH , LV7 T-815 4x4,443-851- 032-000, BEACON SWITCH
Contract Date13 Jan 2023
This is an estimated contract date, exact date may vary.
Contract AmountINR 1.2 Million (USD 14.5 K)

Vattenfall Europe W Rme AG Tender Result

Result Stage: Awarded  (AOC Available)
Germany
Description: Delivery, assembly, commissioning and documentation of electrical components and cabling, incl.
Contract Date30 Oct 2012
Contract AmountRefer Documents 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contact Information|4|n711.8|eg8|n/a|carin.hoover@navy.mil| item Unique Identification And Valuation (mar 2022)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (dec 2018)|16|tbd|tbd|tbd|n00104|tbd|tbd|w25g1u And W62g2t|tbd|||tbd|||||carin.hoover@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportunity For Veterans (jun 2020)|4||||| buy American --free Trade Agreements--balance Of Payments Program - Basic(deviation 2020-o0019) (mar 2022))|3|||| estimate Of Percentage Of Recovered Material Content For Epa Designated Items (may 2008))|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|x|x|x|||x|x||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (jan 2022)|13|334220|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Solicitation Is Being Issued Under Far 18.2 Emergency Acquisition Authority (eaa, Formerly Sepa) all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. in Accordance With Dfars 217.7301, Contractors Shall Identify Their Sources Ofsupply In Contracts For Supplies. If The Product Currently Being Procured Is Anon-value Added Product, Please Provide: actual Manufacturer: cagecode: address: note To Distributors: if You Are A Distributor, Your Quotation Must Be Accompanied With A Letter Fromthe Actual Manufacturer Indicating That You Are An "authorized" Distributor. traceability Is Required From The Oem To Your Company. At A Minimum This Must Include The Product Description, Part Number/nsn, Manufacturing Source,manufacturing Source's Cage Code, And Clear Identification Of The Name Andlocation Of All Supply Chain intermediaries Between The Manufacturer, To Thecontractor, To What Would Be Acceptance By The Government. inspection And Acceptance (i/a) At Source Is Required. Inspection Andacceptance At Destination Is Not Authorized And Will Not Be Accepted. if I/a Are Not Completed As Stated Prior To Shipment, The Contractor Will Be Held Responsible For Returning The Material, At The Contractor's Expense, Tothe Above Location So That Inspection And Acceptance Can Be Completed. Ifinspection And Acceptance Are Not completed As Stated, Payment Will Not Beprocessed And The Order/contract May Be Cancelled Or Terminated For Default. source Inspection And Acceptance: Cage _(enter Cage)____ packaging, Final Inspection & Acceptance: Cage (enter Cage)_____ fob Source Required. contract Distribution it Is Recommended That Vendors Provide Contact Information To Navsup Wss Mechanicsburg In Order To Receive Automated Notifications From Navy Electroniccommerce Online (neco) When Contracts / Modifications Are Issued And Posted Oneda. To Receive These notifications, Contact: Navsup Wss Code 025,procurement Systems Design And Contract Support Division Via Email Atnavsupwssitimphelpdesk@navy.mil. Please Include The Following Information Withyour Request: Cage Code, Company Name And Address And Poc With Phone N numberand Email Address. contractors Can View Their Orders, Contracts And Modifications At Theelectronic Document Access (eda) Web Tool. This Web Tool Is Located At Thewide Area Workflow (wawf) Web Site. It Is Recommended That Contractorsregister For Eda At: Https://wawf.eb.mil/. click On New User Andregistration. the Offeror, By Submission Of Its Quotation, Represents The Following, If Dfarsclause 252.204-7012, Safeguarding Covered Defense Information And Cyberincident Reporting, Applies - (1) In Accordance With Dfars Provision 252.204-7019, It Has Implemented Thenist Sp 800-171 Security Requirements For Its Information Systems; And (2) Its Summary Level Scores Are Posted In The Supplier Performance Risk System(sprs) (https://www.sprs.csd.disa.mil/) In Accordance With Paragraph (d) Ofdfars Clause 252.204-7020, Nist Sp 800-171 Dod Assessment Requirements. failure To Comply May Result In Being Unable To Award To The Offeror. please Note : Resulting Award Will Be Issued Bilaterally. poc: Carin A Hoover, Carin.hoover@navy.mil. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Combiner . 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 Combiner Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;58022 575004; 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. 3.4 Soldering - The Requirements For Soldered Electrical And Electronic Assemblies Shall Conform To Ipc J-std-001, Class ;3; . 3.5 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130. 3.6 Interchangeability - Interchangeability Of Parts, Subassemblies, And Assemblies Shall Conform To The Following Criteria: Design Tolerances - Design Tolerances Shall Permit Parts, Subassemblies And Assemblies To Be Used In Their Parent Assemblies Without Regard To The Source Of Supply Or Manufacturer. Parts, Subassemblies And Assemblies Having The Full Range Of Dimensions and Characteristics Permitted By The Specification Governing The Part, Subassembly Or Assembly Shall Be Usable As Replacement Items Without Selection And Without Departure From The Specified Performance Guidelines Of The Parent Items. Parts And Materials - When Permission Is Granted To Use A Nonstandard Part Or Material Because The Exiting Standard Part Or Material Is Not Available, The Equipment Shall Be So Designed That The Nonstandard Part Or Material And The Standard Part Or material Are Interchangeable. When The Specification For The Part Or Material Contains Substitutability Or Supersession Information, The Design Shall Permit The Substitute Or Superceding Parts Or Materials To Be Used Interchangeably. 3.7 Workmanship - Workmanship For Electronic Equipment Shall Conform To The Following Criteria: Cleaning - After Fabrication, Parts And Assemblied Equipment Shall Be Cleaned Of Smudges, Loose, Spattered, Or Excess Solder, Weld Metal, Metal Chips And Mold Release Agents, Or Any Other Foreign Material Which Might Detract From The Intended Operation, function, Or Appearance Of The Equipment. Threaded Parts Or Devices - Screws, Nuts, And Bolts Shall Show No Cross Threading, Mutilation, Or Detrimental Or Hazardous Burrs, And Shall Be Firmly Secured. Bearing Assemblies - Bearing Assemblies Shall Be Free Of Rust, Discoloration, And Imperfections Of Ground, Honed, Or Lapped Surfaces. Conta Cting Surfaces Shall Be Free Of Tool Marks, Gauge Marks, Nicks, Or Other Surface-type Defects. There Shall Be No detrimental Interference, Binding, Or Galling. Wiring - Wires And Cables Shall Be Positioned Or Protected To Avoid Contact With Rough Or Irregular Surfaces And Sharp Edges And To Avoid Damage To Conductors Or Adjacent Parts. Shielding - Shielding On Wires And Cables Shall Be Secured In A Manner That Will Prevent It From Contacting Or Shorting Exposed Current-carrying Parts. The Ends Of The Shielding Or Braid Shall Be Secure To Prevent Fraying. Containment - The Harness And Cable Containment Means Shall Be Neat In Appearance And Uniformly Applied. The Containment Means (lacing, Ties, Tiedown Straps) Shall Not Cause The Wire Or Cable Insulation To Deform So That Performance Characteristics Are adversely Affected. Insulation - There Shall Be No Evidence Of Burns, Abrading, Or Pinch Marks In The Insulation That Could Cause Short Circuits Or Leakage. Clearance - The Clearance Between Wires Or Cables And Heat Generating Parts Shall Be Sufficient To Minimize Deterioration Of The Wires Or Cables. 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 Visual, Dimensional, Mechanical Examination - Each Combiner Shall Be 100% Inspected In Accordance With ;58022 575004; . 4.5 Electrical Performance Test - Each Combiner Shall Be 100% Tested In Accordance With ;58022 575004; . 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 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. 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 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.
Contract Date8 Sep 2022
Contract AmountUSD 524.9 K 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Description: : 16 Feet max Length Of Mobile: 50 Feet mobile Unit Shall Be Compatible With The Following Main Electrical
Contract Date22 Sep 2020
Contract AmountUSD 1.1 Million 

Technische Universit T Berlin, Der Pr Sident, Abt IV Geb Ude Und Dienstemanagement Tender Result

Result Stage: Under Evaluation
Germany
Description: Electrical installation and data cabling according to WOTAN II, Technische Universität Berlin, Building
Contract Date15 Jan 2015
Contract AmountNA 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contact Information|4|n711.5|eg8|7176052462|scott.coy1@navy.mil| item Unique Identification And Valuation (mar 2022)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|tbd| wide Area Workflow Payment Instructions (dec 2018)|16|combo||tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic(deviation 2020-o0019) (mar 2022))|3|||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (jan 2022)|13|334220|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| please Quote A Firm Fixed Price For The Procurement Of These Items. do Not Include The Cost For Shipping Material As The Government Implemented Shipping System Or Atac Will Be Shipping/delivering Material. please Verify: 1. If You Are In Compliance With Both Far Clauses 52.204-24 And 52.204-25 And Dfars Clauses 252.204-7008 And 252.204-7012. 2. Procurement Acquisition Lead Time (palt) second Page:all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Drive,encoder . 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 Drive,encoder Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;58022 575188; 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. 3.4 Interchangeability - Interchangeability Of Parts, Subassemblies, And Assemblies Shall Conform To The Following Criteria: Design Tolerances - Design Tolerances Shall Permit Parts, Subassemblies And Assemblies To Be Used In Their Parent Assemblies Without Regard To The Source Of Supply Or Manufacturer. Parts, Subassemblies And Assemblies Having The Full Range Of Dimensions and Characteristics Permitted By The Specification Governing The Part, Subassembly Or Assembly Shall Be Usable As Replacement Items Without Selection And Without Departure From The Specified Performance Guidelines Of The Parent Items. Parts And Materials - When Permission Is Granted To Use A Nonstandard Part Or Material Because The Exiting Standard Part Or Material Is Not Available, The Equipment Shall Be So Designed That The Nonstandard Part Or Material And The Standard Part Or material Are Interchangeable. When The Specification For The Part Or Material Contains Substitutability Or Supersession Information, The Design Shall Permit The Substitute Or Superceding Parts Or Materials To Be Used Interchangeably. 3.5 Workmanship - Workmanship For Electronic Equipment Shall Conform To The Following Criteria: Cleaning - After Fabrication, Parts And Assemblied Equipment Shall Be Cleaned Of Smudges, Loose, Spattered, Or Excess Solder, Weld Metal, Metal Chips And Mold Release Agents, Or Any Other Foreign Material Which Might Detract From The Intended Operation, function, Or Appearance Of The Equipment. Threaded Parts Or Devices - Screws, Nuts, And Bolts Shall Show No Cross Threading, Mutilation, Or Detrimental Or Hazardous Burrs, And Shall Be Firmly Secured. Bearing Assemblies - Bearing Assemblies Shall Be Free Of Rust, Discoloration, And Imperfections Of Ground, Honed, Or Lapped Surfaces. Conta Cting Surfaces Shall Be Free Of Tool Marks, Gauge Marks, Nicks, Or Other Surface-type Defects. There Shall Be No detrimental Interference, Binding, Or Galling. Wiring - Wires And Cables Shall Be Positioned Or Protected To Avoid Contact With Rough Or Irregular Surfaces And Sharp Edges And To Avoid Damage To Conductors Or Adjacent Parts. Shielding - Shielding On Wires And Cables Shall Be Secured In A Manner That Will Prevent It From Contacting Or Shorting Exposed Current-carrying Parts. The Ends Of The Shielding Or Braid Shall Be Secure To Prevent Fraying. Containment - The Harness And Cable Containment Means Shall Be Neat In Appearance And Uniformly Applied. The Containment Means (lacing, Ties, Tiedown Straps) Shall Not Cause The Wire Or Cable Insulation To Deform So That Performance Characteristics Are adversely Affected. Insulation - There Shall Be No Evidence Of Burns, Abrading, Or Pinch Marks In The Insulation That Could Cause Short Circuits Or Leakage. Clearance - The Clearance Between Wires Or Cables And Heat Generating Parts Shall Be Sufficient To Minimize Deterioration Of The Wires Or Cables. 3.6 Soldering - The Requirements For Soldered Electrical And Electronic Assemblies Shall Conform To Ipc J-std-001, Class ;3; . 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. 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. 6.1.1 If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod standardization Documents. Mail Requests Should Be Submitted To: Navy Publishing And Printing Service (subscriptions) Building 4d 700 Robbins Ave. Philadelphia, Pa. 19111 Attn: Dodssp requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To: Commanding Officer Naval Surface Warfare Center Port Hueneme Div Code 5a00 Port Hueneme, California 93043 e. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, 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. f. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navsup-wss-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navsup-wss-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 h. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Navsup Weapon Systems Support Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 i. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss-mech. 6.2 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. 6.3 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.
Contract Date15 Aug 2022
Contract AmountUSD 674.1 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Description: Requirements 3.1 ;the Electrical Hull Fitting And Transmitter Cable Assembly For The An/bst-1 Must
Contract Date17 Mar 2025
Contract AmountUSD 1.1 Million 

DEPT OF THE ARMY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Amendment 0006: 23 Aug 2022 solicitation No. W9128f22r0048 date Of Issue: 15 Apr 2022 [new] Date Of Receiving Proposals: 01 Sep 2022 subject: Amendment No. 0006 To Request For Proposal Solicitation Package for Construction Of consolidated Helo/trf/ops Amu & Alert Facility to: Prospective Offerors And Others Concerned 1. The Specifications And Drawings For Subject Project Are Hereby Modified as Follows (revise All Specification Indices, Attachment Lists, And Drawing indices Accordingly). a. Specifications (new And/or Revised And Reissued). Delete And substitute Or Add Specification Pages Or Sections As Noted Below. The Substituted pages Or Sections Are Revised And Reissued With This Amendment. For Convenience, on The Revised Specification Pages, Changes Have Been Identified By The underlining Of Added Text And/or Strikeout Of Deleted Text.  pages Or Sections Deleted                                    Pages Or Sections Substituted Or Added 00 10 00-sf1442                                                   00 10 00-sf1442** 2. This Amendment Is A Part Of The Proposing Papers And Its Receipt Shall Be acknowledged. All Other Conditions And Requirements Of The Request For Proposal remain Unchanged. 3. Electronic Proposal/email. See Section 00 22 00 For How To Submit electronic Proposals 4. Electric Offers Will Be Received Until 2:00 P.m., Local Time At Place Of receiving Proposals, 01 Sep 2022, As Stated In The Request For Proposal. attachments: spec Pages Listed In 1.a. u.s. Army Corps Of Engineers, Omaha District 1616 Capitol Avenue omaha, Nebraska 68102-4901 ******************************************************************************************************* amendment 0005: 15 Aug 2022 solicitation No. W9128f22r0048 date Of Issue: 15 Apr 2022 [new] Date Of Receiving Proposals: 29 Aug 2022 subject: Amendment No. 0005 To Request For Proposal Solicitation Package for Construction Of consolidated Helo/trf/ops Amu & Alert Facility to: Prospective Offerors And Others Concerned 1. The Specifications And Drawings For Subject Project Are Hereby Modified as Follows (revise All Specification Indices, Attachment Lists, And Drawing indices Accordingly). a. Specifications (new And/or Revised And Reissued). Delete And substitute Or Add Specification Pages Or Sections As Noted Below. The Substituted pages Or Sections Are Revised And Reissued With This Amendment. For Convenience, on The Revised Specification Pages, Changes Have Been Identified By The underlining Of Added Text And/or Strikeout Of Deleted Text. pages Or Sections Deleted                                        Pages Or Sections Substituted Or Added 00 10 00-sf1442                                                       00 10 00-sf1442** nd20220031                                                             nd20220031** nd20220043                                                             nd20220043** 2. This Amendment Is A Part Of The Proposing Papers And Its Receipt Shall Be acknowledged. All Other Conditions And Requirements Of The Request For Proposal remain Unchanged. 3. Electronic Proposal/email. See Section 00 22 00 For How To Submit electronic Proposals 4. Electric Offers Will Be Received Until 2:00 P.m., Local Time At Place Of receiving Proposals, 29 Aug 2022, As Stated In The Request For Proposal. attachments: spec Pages Listed In 1.a. u.s. Army Corps Of Engineers, Omaha District 1616 Capitol Avenue omaha, Nebraska 68102-4901 *************************************************************************************************************** amendment 0004: 15 Jun 2022 solicitation No. W9128f22r0048 date Of Issue: 15 Apr 2022 date Of Receiving Proposals: 23 Jun 2022 subject:  amendment No. 0004 To Request For Proposal Solicitation Package For Construction Of consolidated Helo/trf/ops Amu & Alert Facility to:       Prospective Offerors And Others Concerned 1.   The Specifications And Drawings For Subject Project Are Hereby Modified As Follows (revise All  specification Indices, Attachment Lists, And Drawing Indices Accordingly). a.   Specifications.  (descriptive Changes.) (1)   Section 08 44 00, Delete Paragraph 1.10.1.1 (2)   Section 08 44 00, Delete Paragraph 1.10.1.2 (3)   Section 08 44 00, Insert The Following Paragraph Between “…integral Color Finish.” And “color  must Be.”: “an Acceptable Alternate To The Above Finish Is Architectural Class I (0.7-mil And Greater  thickness) Electrolytically Deposited  color - Aluminum Association Designation System Code Aa-  m10c22a44.” (4)   Section 08 34 16.20, Paragraph 2.3.7 Light Switches, Delete Second Paragraph Beginning With  “provide Each Retractable…” And Ending With “…division 2 Hazardous Locations.” (5)   Section 08 34 16.20, Delete Paragraph 2.7.2 2. This Amendment Is A Part Of The Proposing Papers And Its Receipt Shall Be Acknowledged. All  other Conditions And Requirements Of The Request For Proposal Remain Unchanged. 3.   Electronic Proposal/email. Electronic Proposals. see Section 00 22 00 For How To Submit 4.   Electric Offers Will Be Received Until 2:00 P.m., Local Time At Place Of Receiving Proposals,  23 Jun 2022, As Stated In The Request For Proposal. attachments: spec Pages Listed In 1.a. u.s. Army Corps Of Engineers, Omaha District 1616 Capitol Avenue omaha, Nebraska 68102-4901 15 Jun 2022 jmh/2181 ************************************************************************************************************************************************* amendment 0003: 14 Jun 2022 solicitation No. W9128f22r0048 date Of Issue: 15 Apr 2022 [new] Date Of Receiving Proposals: 23 Jun 2022 subject: Amendment No. 0003 To Request For Proposal Solicitation Package for Construction Of consolidated Helo/trf/ops Amu & Alert Facility to: Prospective Offerors And Others Concerned 1. The Specifications And Drawings For Subject Project Are Hereby Modified as Follows (revise All Specification Indices, Attachment Lists, And Drawing indices Accordingly). a. Specifications. (descriptive Changes.) (1) Section 26 28 01.00 Paragraph 3.5, Revised As Follows: “the Contractor Performing The Arc Flash Hazard Analysis Shall provide In-person Or Guided Online (with Screen Sharing And instructor Webcam Capabilities) Training On The Software Used For the Short Circuit, Protective Coordination And Arc Flash Hazard analysis (either By The Contractor Or Through An Instructor Led company That Specialized In This Type Of Training) On The Use Of the Software And In Particular How To Add New Data And Modify existing Data. Training Shall Be For Three (3) Personnel. contractor Shall Provide Software And Unique License Information On optical Discs (cd Or Dvd) For The Quantity Of Personnel Identified (separate Disc For Each Person) Above A Minimum 30 Calendar Days prior To The Start Of Training. The Training Shall Be For A minimum Of 32 Hours. The Installation Will Be [*am_00003]< Text deleted > The Licensee Of The Software Programs. Transfer Of Title to The Installation Is Not Acceptable. Software Is To Be Installed on Government-furnished Computers. [**am_00003] contractor Is Responsible For Initial Software Purchase And software Subscription Fees. Software Subscription Shall Be provided Through Building Warranty Period (typically One Year Postoccupancy). ownership Of [*am_00003]< Text Deleted >[**am_00003] software (including Program Maintenance) Shall Be Transferred To end User After Completion Of Training But No Later Than Building occupancy.” (2) Section 28 31 76 Paragraph 1.5, Revised The First Sentence Of the Sixth Paragraph: “[*am_00003] Finally, The Fire Alarm System Shall Receive Signals from The Basewide Mass Notification System Via The Monaco D21 central Station [**am_00003] And From The Public Address System (section 27 51 16 Public Address Systems).” (3) Section 28 31 76 Paragraph 1.7, Sd-03 Product Data: Removed “big Voice Receiver (bvr); G, Do” (4) Section 28 31 76 Paragraph 1.9, Revised First Paragraph, third Sentence: “the Supervising Equipment Is Existing And Consists Of The following Brands And Models: [*am_00003] Monaco D21 Fire Alarm/mass notification Central Station. [**am_00003]” (5) Section 28 31 76 Paragraph 2.1.2, Removed “big Voice receiver” From List. (6) Section 28 31 76 Paragraph 2.5.3, First Paragraph, Second sentence: Revised “big Voice Receiver” To “combined Fire Alarm/mass notification Control Panel”. (7) Section 28 31 76 Paragraph 2.6, Third Paragraph: Removed “bvr,” (8) Section 28 31 76 Paragraph 2.16, Item “d”: Revised “bvr” To “monaco D21 Central Station Via Radio Signal ”. (9) Section 28 31 76 Paragraph 2.16.5.2, Revised Second Paragraph to Read As Follows: “the Mass Notification System Shall Be Compatible With The Basewide mns [*am_00003] Via The Monaco D21 Central Station [**am_00003]. The Mns Shall Be Capable Of Accepting Pre-recorded and Live Messages From A Remote Site By Antenna. Coordinate With the Manufacturer To Determine The Interface Requirements Between the Building Mns And The Base-wide Mns. [*am_00003] See Subpart "interface To The Base Wide Mass Notification Network. [**am_00003]” (10) Section 28 31 76 Paragraph 2.3.4, Added The Following To The main Portion Of This Subpart: “installation-wide Control System For Mass Notification Exists On the Base, The Autonomous Control Unit Shall Communicate With The central Control Unit Of The Installation-wide System. The autonomous Control Unit Shall Receive Commands/messages From The central Control Unit And Provide Status Information.” (11) Section 28 31 76 Paragraph 2.34.1, Retitled Subpart “[*am_00003] Key Features And Functions [**am_00003]”, The following Is The Revised Contents: “[*am_00003] The Combined Fire Alarm/mass Notification System Shall be Provided With A Microphone And The Capability To Store Custom pre-recorded Messages. signals To Broadcast "reveille" And "the Star-spangled Banner" shall Be Blocked From Broadcasting Over The Facility Mass notification Appliance Network. Coordinate Central Station transmission Codes And Pre-recorded Messages With Minot Afb Civil engineering Squadron/fire Department Via The Cor. < Text Deleted > configure [*am_00003] Messages From The Basewide Mass Notification system[**am_00003] To Transmit Over The Building Fire Alarm/mass notification Audible Notification Speaker System Via The Facp/acu. operate Each Transmitter/receiver From 120-volt Ac Power. In The event Of 120-volt Ac Power Loss, The Transmitter/receiver Shall automatically Switch To Battery Operation. Switchover Shall Be accomplished With No Interruption Of Protective Service, And Shall automatically Transmit A Trouble Message Via The Facp. Upon restoration Of Ac Power, Transfer Back To Normal Ac Power Supply shall Also Be Automatic. Transmitter/receiver May Be A Combined system With The Fire Alarm Transceiver. contractor To Provide O&m Manuals, Which Shall Include Manufacturer installation, Maintenance, Troubleshooting, And Programming instructions And Initial Settings And Codes Information. [**am_00003]” (12) Section 28 31 76 Paragraph 2.34.2, Subpart Revised As follows: “the [*am_00003] Building Mass Notification System [**am_00003] shall Be Controlled Remotely By A Central Station Via Radio transmission. The Central Station Is [*am_00003] Monaco D21. The controller Frequency Is 141.3625 Mhz. [**am_00003] provide An Antenna And Coaxial Cable. Locate Antenna Where indicated On Fa Sheets. Ground The Antenna Bracket Using Minimum 4 awg Copper Wire To A Suitable Earth Ground. [*am_00003] A Single antenna May Be Provided For Both The Fire Alarm And Mass notification Systems Should Equipment Capabilities Permit Such arrangement. [**am_00003]” (13) Section 28 31 76 Paragraph 2.34.2.2, Subpart Added As follows: “the Radio Transceiver Shall Be Bi-direction And Meet All The requirements Of Paragraph, Radio Transmitter And Interface Panels as Specified In This Specification Section. The Transceiver utilized In The Mass Notification System Shall Be Capable Of The following: a. Communication With The Central Control/monitoring System To provide Supervision Of Communication Link And Status Changes Are reported By Automatic And Manual Poll/reply/acknowledge Routines. b. All Monitored Points/status Changes Are Transmitted Immediately and At Programmed Intervals Until Acknowledged By The Central control/monitoring System. c. Each Transceiver Shall Transmits A Unique Identity Code As Part of All Messages; The Code Is Set By The User At The Transceiver.” (14) Section 28 31 76 Paragraph 2.35.1, Revised First Paragraph, first Sentence:“fire Alarm Transceiver Shall Be [*am_00003] Monaco Bt-xm [**am_00003] Series To Communicate With The Monaco D21 Fsk-encoded frequency.” additionally, The Following Paragraph Was Added To The End Of The subpart: “[*am_00003] The Transmitter Shall Be Permitted To Be Included In A combined Assembly With The Fmcp Should This Be A Standard Product of The Manufacturer And No Degradation Of Functionality Required By the Plans Or Specifications Be Incurred As A Result. Note The Acu at The "facp" Location Indicated On The Plans Is Needed For personnel Travel Distance Requirements Between Acu/locs In accordance With Ufc 4-021-01; Any Modification To The Equipment arrangement Shown On The Plans Due To Consolidation Of Equipment shall Take This Into Account. The Acu/locs Must Be In Locations accessible To The Common Building Occupant; 127 Pa/fire Alarm Is intended To Be Normally Locked And Closed To The Common Building occupant. [**am_00003]” (15) Section 28 31 76 Paragraph 3.2.5, Removed Two Instances Of “bvr”. (16) Section 28 31 76 Paragraph 3.6, Removed “/big Voice” From item “a” List. (17) Section 28 31 76 Paragraph 3.8.3, Item “k”, Removed One instance Of “bvr”. b. Specifications (new And/or Revised And Reissued). Delete And substitute Or Add Specification Pages Or Sections As Noted Below. The Substituted pages Or Sections Are Revised And Reissued With This Amendment. For Convenience, on The Revised Specification Pages, Changes Have Been Identified By “[*am- [3]]” (underlining Of Added Text And/or Strikeout Of Deleted Text). pages Or Sections Deleted Pages Or Sections Substituted Or Added 00 10 00-sf1442 00 10 00-sf1442* register Register* c. Drawings (reissued). The Following Drawings Are Revised With Latest revision Date Indicated On Each Sheet And Reissued With This Amendment. (1) Sheet Fa002, Fire Alarm Keyed Notes (2) Sheet Fa114, Fire Alarm Initiation And Control Plan First Floor – Area D (3) Sheet Fa130, Composite Fire Alarm Plan Roof (4) Sheet Fa400, Enlarged Fire Alarm Plans (5) Sheet Fa610, Riser Diagram Notes Fire Alarm And Associated systems (6) Sheet Fa611, Riser Diagram Fire Alarm, Mass Notification, And (partial) Public Address Systems (7) Sheet Fa620, Visual Notification Zones Distribution Matrix (8) Sheet Fa621, Visual Notification Transmission Priority matrices (9) Sheet Eg001, Grounding/lightning Protection Notes And supplemental Legend (10) Sheet Eg114, Grounding Plan First Floor – Area D (11) Sheet Eg134, Grounding/lightning Protection Plan Roof – Area d (12) Sheet Eg135, Grounding/lightning Protection Plan Roof – Area e (13) Sheet Ep401, Enlarged Power Plans (14) Sheet Ep620, Panel Schedule Notes And Keys (15) Sheet Ep621, Panel Schedules (16) Sheet Ep644, Panel Schedules (17) Sheet Ep650, Panel Schedules (18) Sheet Ep651, Panel Schedules (19) Sheet Ep657, Panel Schedules (20) Sheet Ey001, Special Systems And Supplemental Legends 2. This Amendment Is A Part Of The Proposing Papers And Its Receipt Shall Be acknowledged. All Other Conditions And Requirements Of The Request For Proposal remain Unchanged. 3. Electronic Proposal/email. See Section 00 22 00 For How To Submit electronic Proposals 4. Electric Offers Will Be Received Until 2:00 P.m., Local Time At Place Of receiving Proposals, 23 Jun 2022, As Stated In The Request For Proposal. attachments: spec Pages Listed In 1.a. And 1.b. Above dwgs. Listed In 1.c. Above u.s. Army Corps Of Engineers, Omaha District 1616 Capitol Avenue omaha, Nebraska 68102-4901 14 Jun 2022 jmh/2181 ************************************************************************************************************************************* amendment 0002: 02 June 2022 solicitation No. W9128f22r0048 date Of Issue: 15 Apr 2022 date Of Receiving Proposals: 16 Jun 2022 subject: Amendment No. 0002 To Request For Proposal Solicitation Package for Construction Of consolidated Helo/trf/ops Amu & Alert Facility to: Prospective Offerors And Others Concerned 1. The Specifications And Drawings For Subject Project Are Hereby Modified as Follows (revise All Specification Indices, Attachment Lists, And Drawing indices Accordingly). a. Specifications. (descriptive Changes.) (1) Section 21 13 13.00 10 Paragraph 1.4, Delete “21 13 23 High expansion Foam (hef) Fire Suppression Systems.” (2) Section 21 13 17.00 10 Paragraph 1.4, Delete “21 13 23 High expansion Foam (hef) Fire Suppression Systems.” (3) Section 21 13 18.00 10 Paragraph 1.2, Subpart B. – Add The following Sentence: “provide As Many Pre-action Zones As Required in The Hangar Bays To Meet Nfpa Requirements On Water Delivery times And System Volume Requirements.” (4) Section 21 13 18.00 10 Paragraph 1.2, Remove “.2 gpm/square Foot” And Replace With “.3 Gpm/square Foot”. Remove “5,000 Square Feet” And Replace With “4,600 Square Feet”. (5) Section 21 13 18.00 10 Paragraph 1.4, Delete “21 13 23 High expansion Foam (hef) Fire Suppression Systems.” (6) Section 21 30 00. Paragraph 1.2.1, Remove “to 185 Psi” And replace With “10 Psi Below System Pressure And”. Remove “or Hef system.” (7) Section 21 30 00. Paragraph 1.2.2, Remove “to 190 Psi” And replace With “5 Psi Below System Pressure.” Remove “210 Psi” And replace With “5 Psi Above System Pressure.” (8) Section 21 30 00. Paragraph 1.4, Delete “21 13 23 High expansion Foam (hef) Fire Suppression Systems.” (9) Section 28 31 76. Paragraph 1.1, Removed “section 21 13 23 high Expansion Foam (hef) Fire Suppression Systems” (10) Section 28 31 76. Paragraph 1.3, Revised The Long-form reference For “ufc 4-211-01”: “(2017; With Change 3, 2021) aircraft Maintenance Hangars” (11) Section 28 31 76. Paragraph 1.7, Removed “21 13 23 high Expansion Foam (hef) Fire Suppression Systems” (12)  section 28 31 76. Paragraph 1.7, Submittals: Sd-02 Shop Drawings - Removed “emergency  foam/water System Shutdown Signs; G, Ro” (13)  section 28 31 76. Paragraph 1.7, Submittals: Sd-03 Product Data - Removed “manual Foam Start  stations; G, Do”,  “manual Foam Stop Stations; G, Do”,  “foam Discharge Visual Notification  appliances; G, Do”, And  “rotating Beacon Contactor; G, Do” (14)  section 28 31 76. Paragraph 2.1.2, Removed “foam Beacon Lighting Contactor” (15)  section 28 31 76. Paragraph 2.3.1, Item C, Removed “and Foam Release Beacons” (16)  section 28 31 76. Paragraph 2.3.3, Section Removed In Its Entirety.  title Replaced With “<  text Deleted >” To Avoid Renumbering Of Subsequent Subparts. (17)  section 28 31 76. Paragraph 2.3.4, Removed “actuation Of The Foam/water Riser Shall Not  activate The Preaction System.” (18)  section 28 31 76. Paragraph 2.4.1, Removed “and High Expansion Foam”,  “the High Expansion  foam Riser Tamper Switches Shall Produce A Distinct "foam System Disabled" Supervisory Signal.”,  and  “the High Expansion Foam Riser(s) Water Flow/pressure Switches Shall Be Monitored By The  facp.” (19)  section 28 31 76. Paragraph 2.5.3, Item F, Revised “cubicle” To “ceiling” (20)  section 28 31 76. Paragraph 2.7, Removed “install Releasing Modules And Monitor Modules  integral To The Release Of The Foam System In A Conditioned Space Within The Building.” (21)  section 28 31 76. Paragraph 2.8, Removed “install Releasing Modules And Monitor Modules  integral To The Release Of The Foam System In A Conditioned Space Within The Building.” (22)  section 28 31 76. Paragraph 2.9, Removed “install Releasing Modules And Monitor Modules  integral To The Release Of The Foam System In A Conditioned Space Within The Building.” (23)  section 28 31 76. Paragraph 2.16.5.2, Item B(2), Removed “foam/”. Item I, Changed “four” To  “for”. (24)  section 28 31 76. Paragraph 2.17, First Paragraph Removed “foam/water And”. Last  paragraph/last Sentence, Removed “foam Agent” (25)  section 28 31 76. Paragraph 2.22, Removed “manual Fire Alarm Stations And Manual Foam Start  stations Shall Be Separated By A Minimum Of 5 Feet And Shall Be Located On Opposite Sides Of The  doors Except Where Indicated On The Fa Drawings.” (26)  section 28 31 76. Paragraph 2.22.2, Section Removed In Its Entirety.  title Replaced With “<  text Deleted >” To Avoid  renumbering Of Subsequent Subparts. (27)  section 28 31 76. Paragraph 2.22.3, Section Removed In Its Entirety.  title Replaced With “<  text Deleted >” To Avoid Renumbering Of Subsequent Subparts. (28)  section 28 31 76. Paragraph 2.23, Removed “foam Beacons And” (29)  section 28 31 76. Paragraph 2.23.5, Section Removed In Its Entirety.  title Replaced With “<  text Deleted >” To Avoid Renumbering Of Subsequent Subparts. (30)  section 28 31 76. Paragraph 2.32, Removed “any Two Optical Flame Detectors In Alarm  simultaneously Shall Result In A Foam Suppression Release.” And “with The Exception Of A Manual  foam Release Station, The Cross-zoning Of Two Optical Flame Detectors In The Hangar Bay Shall Be  required To Release The Foam Suppression System.” (31)  section 28 31 76. Paragraph 2.33, First Paragraph Removed Two Instances Of “foam/water”.  second Paragraph Revised First Sentence To Read As Follows: “locate The Disconnect Switch In Fire  suppression Equipment Rooms In Readily Accessible Locations Near The Solenoid/control Valve.”.  second Paragraph, Removed ““disable Foam System” Or” (32)  section 28 31 76. Paragraph 3.6, Removed “foam: Blue” (33)  section 28 31 76. Paragraph 3.7, Section Removed In Its Entirety.  title Replaced With “<  text Deleted >” To Avoid Renumbering Of Subsequent Subparts. (34)  section 28 31 76. Paragraph 3.84, First Paragraph Removed “and Foam/water”. First Paragraph  removed “flow Of Foam Is Not Required And Valves May Be Closed Ahead Of The Solenoid To Block The  flow Of Foam.  water Shall Flow Through The Foam Test Header.”. Second Paragraph, Removed “21 13 23  high Expansion Foam (hef) Fire Suppression Systems,” b.   Specifications  (new  and/or  revised  and  reissued).   Delete  and Substitute Or Add  specification Pages Or Sections As Noted Below. The Substituted Pages Or Sections Are Revised And  reissued With This Amendment.  for Convenience, On The Revised Specification Pages, Changes Have  been Identified By “[*am- 2]”(underlining Of Added Text And/or Strikeout Of Deleted Text). pages Or Sections Deleted        pages Or Sections Substituted Or Added 00 22 00                          00 22 00* register                         Register* nd20220031                       Nd20220031* nd20220043                       Nd20220043* nd20220054                       Nd20220054* 21 13 23                         ** ** ** c.  drawings (reissued).  the Following Drawings Are Revised With Latest Revision Date Indicated On  each Sheet And Reissued With This Amendment. (1)   Sheet Fa001, Fire Alarm General Notes And Supplemental Legend (2)   Sheet Fa002, Fire Alarm Keyed Notes (3)   Sheet Fa111, Fire Alarm Initiation And Control Plan First Floor – Area A (basic) (4)   Sheet Fa112, Fire Alarm Initiation And Control Plan First Floor – Area B (5)   Sheet Fa113, Fire Alarm Initiation And Control Plan First Floor – Area C (6)   Sheet Fa114, Fire Alarm Initiation And Control Plan First Floor – Area D (7)   Sheet Fa115, Fire Alarm Initiation And Control Plan First Floor – Area E (8)   Sheet Fa116, Fire Alarm Initiation And Control Plan First Floor – Area F (9)   Sheet Fa117, Fire Alarm Initiation And Control Plan First Floor – Area G (10)  sheet Fa118, Fire Alarm Initiation And Control Plan First Floor – Area H (11)  sheet Fa119a, Fire Alarm Initiation And Control Plan First Floor – Hangar Bid Option “west” (12)  sheet Fa119b, Fire Alarm Initiation And Control Plan First Floor – Hangar Bid Option “east” (13)  sheet Fa211, Fire Alarm Visual Notification Plan First Floor – Area A (basic) (14)  sheet Fa212, Fire Plan Visual Notification Plan First Floor – Area B (15)  sheet Fa213, Fire Alarm Visual Notification Plan First Floor – Area C (16)  sheet Fa214, Fire Alarm Visual Notification Plan First Floor – Area D (17)  sheet Fa216, Fire Alarm Visual Notification Plan First Floor – Area F (18)  sheet Fa217, Fire Alarm Visual Notification Plan First Floor – Area G (19)  sheet Fa218, Fire Alarm Visual Notification Plan First Floor – Area H (20)  sheet Fa219a, Fire Alarm Visual Notification Plan First Floor – Hangar Bid Option “west” (21)  sheet Fa219b, Fire Alarm Notification Plan First Floor – Hangar Bid Option “east” (22)  sheet Fa310, Fire Alarm Audible Notification Legend (23)  sheet Fa400, Enlarged Fire Alarm Plans (24)  sheet Fa501, Fire Alarm And Foam System Details (25)  sheet Fa601, Fire Alarm Control Panel (facp) Matrix Part 1 (26)  sheet Fa602, Fire Alarm Control Panel (facp) Matrix Part 2 (27)  sheet Fa603, Fire Alarm Control Panel (facp) Matrix Part 3 (28)  sheet Fa604, Fire Alarm Control Panel (facp) Matrix Part 4 (29)  sheet Fa605, Releasing Service Control Panel (rscp) Matrix – rscp040 (30)  sheet Fa606, Releasing Service Control Panel (rscp) Matrix – rscp070 (31)  sheet Fa610, Riser Diagram Notes Fire Alarm And Associated Systems (32)  sheet Fa611, Riser Diagram Fire Alarm, Mass Notification, And (partial) Public Address  systems (33)  sheet Fa612, Riser Diagram Releasing, Containment, And Clean Agent Systems (34)  sheet Fa620, Visual Notification Zones Distribution Matrix (35)  sheet  fa621,  visual  notification  transmission  priority Matrices (36)  sheet Fx110, Composite First Floor Fire Protection Plan (37)  sheet Fx111, First Floor Fire Protection Plan – Area “a” (38)  sheet Fx112, First Floor Fire Protection Plan – Area “b” (39)  sheet Fx113, First Floor Fire Protection Plan – Area “c” (40)  sheet Fx114, First Floor Fire Protection Plan – Area “d” (41)  sheet Fx115, First Floor Fire Protection Plan – Area “e” (42)  sheet Fx116, First Floor Fire Protection Plan – Area “f” (43)  sheet Fx117, First Floor Fire Protection Plan – Area “g” (44)  sheet Fx118, First Floor Fire Protection Plan – Area “h” (45)  sheet Fx119a, First Floor Fire Protection Plan Hangar Bitd Option “west” (46)  sheet Fx119b, First Floor Fire Protection Plan Hangar Bid Option “east” (47)  sheet Fx120, Composite Second Floor Fire Protection Plan (48)  sheet Fx125, Second Floor Fire Protection Plan – Area “e” (49)  sheet Fx126, Second Floor Fire Protection Plan – Area “f” (50)  sheet Fx301, Fire Protection Sections (51)  sheet Fx302, Fire Protection Sections (52)  sheet Fx601, Fire Suppression Schedules (53)  sheet  el501,  lighting  details  and  line-voltage  lighting Controls (54)  sheet Ep112, Power Plan – First Floor Area B: Receptacles (55)  sheet Ep116, Power Plan – First Floor Area F: Receptacles (56)  sheet Ep216, Power Plan – First Floor Area F: Equipment (57)  sheet Ep400, Enlarged Power Plans (58)  sheet Ep401, Enlarged Power Plans (59)  sheet Ep601, Electrical One-line Diagram Normal Power (60)  sheet Ep602, Electrical One-line Diagram Generation Power (61)  sheet Ep611, Equipment Electrical Connection Schedule Cf/ci: part 1 (62)  sheet Ep613, Equipment Electrical Connection Schedule Cf/ci: part 3 (63)  sheet Ep614, Equipment Electrical Connection Schedule Cf/ci: Part 4 (64)  sheet Ep621, Panel Schedules (65)  sheet Ep644, Panel Schedules (66)  sheet Ep650, Panel Schedules (67)  sheet Ep654, Panel Schedules 2. This Amendment Is A Part Of The Proposing Papers And Its Receipt Shall Be Acknowledged. All  other Conditions And Requirements Of The Request For Proposal remain Unchanged. 3.   Electronic Proposal/email.   See Section 00 22 00 For How To Submit Electronic Proposals. 4.   Electric Offers Will Be Received Until 2:00 P.m., Local Time At Place Of Receiving Proposals,  16 Jun 2022, As Stated In The Request For Proposal. attachments: spec Pages Listed In 1.a. And 1.b. Above Dwgs. Listed In 1.c. Above u.s. Army Corps Of Engineers, Omaha District 1616 Capitol Avenue omaha, Nebraska 68102-4901 1 Jun 2022 jmh/2181   ********************************************************************************************************************************************** amendment 0001: 3 May 2022 solicitation No. W9128f22r0048 date Of Issue: 15 Apr 2022 date Of Receiving Proposals: 16 June 2022 subject:  amendment No. 0001 To Request For Proposal Solicitation Package For Construction Of consolidated Helo/trf/ops Amu & Alert Facility to:       Prospective Offerors And Others Concerned 1.   The Specifications And Drawings For Subject Project Are Hereby Modified As Follows (revise All  specification Indices, Attachment Lists, And Drawing Indices Accordingly). a.    drawings  (reissued).  this  amendment  reissues  the  entire Advertised Drawings Set In  three Volumes (volume 2 Parts 1, 2, And 3) b.   proposal Due Date Is Adjusted From 30 May 2022 To 16 June 2022. 2. This Amendment Is A Part Of The Proposing Papers And Its Receipt Shall Be Acknowledged. All  other Conditions And Requirements Of The Request For Proposal Remain Unchanged. 3.   Electronic Proposal/email.   See Section 00 22 00 For How To Submit Electronic Proposals. 4.   Electric Offers Will Be Received Until 2:00 P.m., Local Time At Place Of Receiving Proposals,  16 June 2022, As Stated In The Request For Proposal. **************************************************************************************************************************************************** this Project Involves The Construction Of A New, 135,000 Sf Hangar At Minot Afb, Nd To Include Helicopter Squadron Operations, Tactical Response Force (trf) Alert Crew Facility, Alert Aircraft Shelter, Aircraft Maintenance Unit (amu), Aircraft Maintenance Shelter, Aircraft Simulator Complex Utilizing Conventional Design And Construction Methods To Accommodate Mmiii Icbm Weapons System Mission Requirements. This Facility Will Become The Main Control Point For All Unit Flight And Flying Training Tasks Including Planning, Briefing, Administration, Alert Response, Life Support System, Maintenance, Crew Equipment Storage And Issue. Complex Must Provide Collocation Of The Squadron Operations Facility And Alert Crew Sleeping Quarters With The Aircraft To Minimize Crew Response Times And Enhance Rescue/security Team Effectiveness. Sustainability And Energy Enhancement Measures Are Included. Associated Site Improvements Shall Include New Taxiways, Runway, Heli-pads And Associated Airfield Lighting. The North American Industry Classification System (naics) Code For These Services Is 236220 Commercial And Institutional Building Construction With A Size Standard Of $36.5m.
Contract Date17 Mar 2023
Contract AmountUSD 139.1 Million 
8861-8870 of 8872 active Tender Results