Astm D Tenders

Astm D Tenders

Goods
GEM
India
Description: Geotextiles Abrasion Tester Astm D4886

Closing Soon

26 Apr 2024

Tender Amount

Refer Documents 
Goods
GEM
India
Description: 32- 1110-ceramic Fiber Cloth- Metallic Confirming To Bs: 2712 & Astm D2987 Reinforce With Ss347 In

Closing Date

14 May 2024

Tender Amount

Refer Documents 
United States
Description: Automatic Astm D93 Flash Point Analyzer

Closing Date

8 May 2024

Tender Amount

Refer Documents 
Goods
Ireps
India
Description: Rubber Packing For Main Entrance Ac2/pc1 Cab, Size 25x8mm Thick In 5 Meters Length Each And Multiples Thereof, To Specification No.astm D 1056/re43 Grade-c.

Closing Soon

26 Apr 2024

Tender Amount

INR 500 K (USD 5.9 K)
This is an estimated amount, exact amount may vary.
Goods
Chemical Products
GEM
India
Description: CATEGORY: 90.09.65.233.5 Reference Standard UV , 90.09.65.250.5 Viscosity Standard N250 500ml , 90.09.65.253.5 Viscosity Standard N750 500ml , 90.09.65.255.5 Viscosity Standard N1400 500ml , 90.09.65.240.5 Viscosity Standard N4 500ml , 90.09.65.242.5 Viscosity Standard N10 500ml , 90.09.65.252.5 Viscosity Standard N415 500ml , 90.09.65.238.5 Viscosity Standard S3 500ml , 90.82.77.947.5 OXYGENATE CRM OXYTRACER PAC 20002 dot 031 , 90.09.65.232.5 Sulphur standards in kerosene mg kg , 90.09.65.230.5 Sulphur Standards D5453 D2622 mg Kg , 90.09.65.237.5 Flash Point COC CRM , 90.09.65.181.5 CRM FOR REFRACTIVE INDEX , 90.09.65.202.5 CRM CARBON RESIDUE 0 point 29 percent , 90.09.65.204.5 CRM FOR CARBON RESIDUE 8 percent , 90.09.65.260.5 SULPHUR CRM SET ASTM D 5453 , 90.09.65.258.5 SULPHUR CRM SET AS PER ASTM D 4929 mg kg , 90.09.65.222.5 Certified Reference Material Cetane No , 90.09.65.257.5 Nitrogen Standard 0 to 100ppm D4629

Closing Date

6 May 2024

Tender Amount

Refer Documents 
Goods
Chemical Products
GEM
India
Description: CATEGORY: Supply, Installation and Commissioning of Methanol Higher Saturated Alcohols C3C5EN 15721 , Supply, Installation and Commissioning of Inorganic Chloride Sulfate ContentEN 15492 , Supply, Installation and Commissioning of Boiling PointASTM D1078 , Supply, Installation and Commissioning of Sulfur ContentASTM D5453 , Supply, Installation and Commissioning of pH e ASTM D6423 , Supply, Installation and Commissioning of Water Content ASTM E1064 , Supply, Installation and Commissioning of Water bath , Supply, Installation and Commissioning of Boiling water bath equitron , Supply, Installation and Commissioning of Reagent Bottle amber colord , Supply, Installation and Commissioning of 100 ml stoppered measuring cylinder with cap , Supply, Installation and Commissioning of Distilled Water AssemblyMilliQ water purification system for HPLC , Supply, Installation and Commissioning of Platinum crucible50ml , Supply, Installation and Commissioning of Six Hole Heating Mantel , Supply, Installation and Commissioning of Heating Mantel 1L , Supply, Installation and Commissioning of Vortex Mixer , Supply, Installation and Commissioning of Tarson Filtration Assembly , Supply, Installation and Commissioning of Glass Filtration assembly with flask Buchner funnel 47 mm , Supply, Installation and Commissioning of Bunsen Gas Burner With flame adjustment knob , Supply, Installation and Commissioning of Haemocytometer , Supply, Installation and Commissioning of Bayu U9900 Dual outlet aqurium pump , Supply, Installation and Commissioning of Silt Density Index Assembly , Supply, Installation and Commissioning of Sonicator Bath as per spec , Supply, Installation and Commissioning of COD Digester , Supply, Installation and Commissioning of BOD Incubator , Supply, Installation and Commissioning of Karl Fisher Instrument , Supply, Installation and Commissioning of Inductively Coupled Plasma Optical Emission Spectrometer system , Supply, Installation and Commissioning of Plastic sterile petri plates 100pk , Supply, Installation and Commissioning of Centrifuge , Supply, Installation and Commissioning of Bulk density equipment , Set of Mandatory Sapres for Coulometric Karl Fischer , Set of Mandatory Sapres for Sulphur Analyzer , Set of Mandatory Sapres for Automatic Distillation Apparatus , Set of Mandatory Sapres for Ion Chromatography , Set of Mandatory Sapres for Inductive Coupled Plasma

Closing Date

10 May 2024

Tender Amount

Refer Documents 
Civil And Construction...+1Civil Works Others
United States
Details: The Us Army Corps Of Engineers (usace), Walla Walla District Is Seeking Sources For A Construction Project:hq - Building Exterior Brick Repair. This Project Involves The Repair And Replacement Of Exterior Brick, Failed Sealent In Mortor Joints And The Cleaning Of All Exterior Brick And Concrete Surfaces On The Walla Walla District Headquarters Building In Walla Walla, Wa. The Resulting Contract Will Be A Firm-fixed-price Construction Contract. 100% Performance & Payment Bonds Will Be Required. The North American Industry Classification System (naics) For This Project Is 238140 Masonry Contractors. The Associated Small Business Size Standard Is $19 Million. The Magnitude Of Construction For This Project Is Expected To Be Between $500,000 And $1,000,000. this Sources-sought Announcement Is A Tool To Identify Businesses With The Capability To Accomplish The Work In Accodance With The Below Scope Of Work.this Is Not A Solicitation. No Solicitation Documentation Will Be Provided As A Result Of The Announcement. Likewise, No Pricing Will Be Accepted At This Time.only Firms That Respond To This Announcement By Submitting The Following Information Will Be Used In Determining Whether To Set Aside This Requirement: if You Have Interest In Competing For This Project, Please Respond By Submitting The Following: 1. No More Than Three (3) Project At Least 50% Physically Complete Or Past Project Demonstrating Technical Experience With Work Of A Similar Nature To That Listed Below. With This Project, Please Include A Short Narrative On The Work Involved, Your Firm's Roll In The Project, The Dollar Value And The Completion Date. 2. A Reference List For Each Of The Projects Submitted In Item 1 Above. Include The Name, Title, Phone Number And Email Address For Each Reference. 3. Provide A Statement Of Your Firm's Business Size With Regards To The Naics 238140 Masonry Contractors And The Associated Small Business Size Standard Of $19 Million. 4. Provide A Statement That Your Firm Intends To Submit An Offer On The Project When Issued. 5. Provide A Statement Of Your Firm's Bonding Capacity. A Statement From Your Surety Is Not Required For The Purposes Of This Contract At This Time. 6. Cage Code And Unique Identity Number. this Sources Sought Is For Market Research And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government To Pay For Information Submitted In Response To This Request. Respondents Will Not Be Notified Of The Results Of The Market Analysis And Debriefings Will Not Be Available. It Is The Reader’s Responsibility To Monitor The Government Point Of Entry (gpe) Via Sam.gov For Any Resultant Or Future Solicitation Package(s) That May Be Issued. submit The Above Requested Information To Chandra Crow, Contract Specialist, Via Email To Chandra.d.crow@usace.army.mil. Your Response To This Notice Must Be Received On Or Before 2:00pm, Pacific Time On Friday 17 May 2024. scope:walla Walla District Headquarters Building Exterior Brick Repair this Work Includes The Following Work On The Brick Masonry Façade And Architectural Precast Concrete Façade Of The Hq Building: replace Existing Bricks That Have Fractured Or Spalled. repair Or Replace Damaged And Failed Sealant In Mortar Joints. clean All Exterior Brick And Architectural Precast Concrete Surfaces. Protect All Surfaces Of The Brick Masonry And Architectural Precast Concrete Façade With A Water Repellent Coating. the Following Regulations Will Be Applicable To This Acquisition: astm C652 astm C270 astm C1142 astm C150 astm D2369 epa Method 24 astm D3278 astm D1653 astm E514/e514m astm G154 astm C920 astm C661 astm D412 astm C794 astm C1135 astm C719 astm G53 all On-site Work Shall Be Performed In Accordance With The Corps Of Engineers Safety And Health Requirements Manual (em 385-1-1). the Contractor Will Be Responsible For Establishing And Managing An Effective On-site Safety And Health Program In Accordance With Em 385-1-1 That Will Require The Development And Submission Of A Comprehensive Project Specific Accident Prevention Plan For Government Acceptance. In Addition, The Contractor Will Be Required To Develop And Submit For Government Acceptance Activity Hazard Analyses For Each Phase Of Work And A Project Specific Fall Protection Plan That Comply With Em 385-1-1. a Site Safety And Health Officer (ssho) Employed By The Prime Contractor Shall Be Required For Each Shift Of The Contractor's On-site Operations. The Ssho Shall Possess A Minimum Of 5-years Of Experience In Construction Safety On Similar Projects, Shall Have Completed The 30-hour Osha Construction Safety Training Within The Last 5-years, And Shall Have Completed At Least 24-hours Of Formal Safety Training Each Year For The Past 5-years.

Closing Date

17 May 2024

Tender Amount

Refer Documents 
Others
United States
Details: This Is A Sources Sought Notice And Is For “information Purposes Only” To Prepare A One-time Buy For Nsn 4240- 00-928-0870, Pr Number 7006902874. This Is Not A Request For Proposals, Quotations Or Bids. This Notice Is For informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or An Obligation Or commitment By The Government. This Notice Is Intended Strictly For Market Research Pursuant To Far Part 10. The purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Businesses That are Capable Of Executing The Potential Contract. The Government Is Not Obligated And Will Not Pay For Any information Received From Potential Sources As A Result Of This Notice. Your Response To The Information Requested will Assist The Government In Determining The Appropriate Acquisition Method. No Solicitation Exists At This Time. the Government Intends To Purchase Approximately 271 Ea (w1a8 Dla Distribution, Ddsp New Cumberland Facility, Pa 17070-50002) Of nsn 4240-00-928-0870, Safety And Rescue Equipment. It Is To Be Manufactured By Approved Sources Only. pr 7006902874 nsn: 4240-00-928-0870 fsc: 4240 – Safety & Rescue Equipment naics Code: 336413 item Description: Valve, Pneumatic, Esc air Cruisers Company, Llc (70167), P/n: 62361-1 estimated Quantity: 271 Ea estimated Delivery: 60 Days Ado stock Location: W1a8 Dla Distribution New Cumberland ddsp New Cumberland Facility 2001 Normandy Drive Door 113 To 134 new Cumberland Pa 17070-5002 us valve, Pneumatic, Esc rd002, Covered Defense Information Applies rd002, Covered Defense Information Applies ra001: This Document Incorporates Technical And/or Quality Requirements (identified By An 'r' Or An 'i' Number) Set Forth In Full Text In The dla Master List Of Technical And Quality Requirements Found On The Web at: http://www.dla.mil/hq/acquisition/offers/eprocurement.aspx for Simplified Acquisitions, The Revision Of The Master In Effect On The solicitation Issue Date Or The Award Date Controls. For Large acquisitions, The Revision Of The Master In Effect On The Rfp Issue Date applies Unless A Solicitation Amendment Incorporates A Follow-on revision, In Which Case The Amendment Date Controls. rq011: Removal Of Government Identification From Non-accepted Supplies critical Application Item air Cruisers Company, Llc 70167 P/n 62361-1 pkging Data-qup:001 if Material Is Considered Hazardous Iaw Fed-std-313, package In Accordance With Tq Requirement Ip025. if The Material Is Not Considered Hazardous, In Accordance With fed-std-313, The Material Shall Be Commercially Packaged In Accordance with Astm D3951. all Dla Master List Of Technical And Quality Requirements Take precedence Over Astm D3951. mark And Label All Packaging And Packing In Accordance With Mil-std-129. the Unit Of Issue (u/i) And Quantity Per Unit Pack (qup) Will Be as Specified In The Contract/purchase Order. palletization Shall Be In Accordance With Rp001: Dla Packaging requirements For Procurement

Closing Soon

26 Apr 2024

Tender Amount

Refer Documents 
Machinery and Tools...+1Automobiles and Auto Parts
United States
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Is Requesting Quotations For The Following Parts: item 1) nsn: 4420-01-414-9343 cooler, Fluid Industrial cummins Water After-cooled Marine Engine, Model 6ct & 6cta individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned As Appropriate To Prevent Damage From Movement Or External Impact. Each Item Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box. failure To Meet The Packing, Packaging, Marking And Bar Coding Requirements Will Result In Warehouse Rejection And Items Will Be Shipped Back To Vendor. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. mfg: Cummins Inc. pn: 3912145 qty: 21 Ea the Items Are Used On Various Us Coast Guard Vessels. All Items Shall Be Individually Packaged And Marked Iaw The Above Packaging Requirements. Inspection And Acceptance Shall Take Place At Destination After Verification Of Preservation, Individual Packaging And Marking/bar Coding Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226 note: No Drawings, Specifications Or Schematics Are Available From This Agency. brand Name Part Is Mandatory To Be Considered For Award, Offers Of “equal” Products Must Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation And Uscg Will Determine If Alternate Part Is Acceptable. this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2024-03 (feb 2024) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333618 And The Business Size Standard Is 1500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. the U.s. Coast Guard Intends To Award On All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With System For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Apr 25, 2024. At 10:00 Am Eastern Standard Time. offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal. _hsar 3052.209.70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (sep 2023); Far 52.212-3, Offeror Representations And Certifications-commercial Items (feb 2024) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (feb 2024) the Following Clauses Listed Within Far: 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) the Following Clauses Listed Within 52.212-5 Are Applicable: far 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020, With Alternate I (nov 2021) far 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) far 52.219-6, Notice Of Total Small Business Set-aside (nov 2020)(15 U.s.c. 644) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (june 2020) (31 U.s.c. 6101 Note). far 52.219-28, Post Award Small Business Program Representation (sep 2023)(15 U.s.c. 632(a)(2) far 52.222-3, Convict Labor (jun 2003)(e.o. 11755) far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126) far 52.222-21, Prohibition Of Segregated Facilities (april 2015) far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246) far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627) far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513) far 52.225-1 Buy American Act-supplies (oct 2022) far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d) far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. gap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). copies Of Cgap Clauses May Be Obtained Electronically At: Ww.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf

Closing Soon

25 Apr 2024

Tender Amount

Refer Documents 
Others
Corrigendum : Closing Date Modified
United States
Description:    this Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. request For Quote Number In Header Applies And Is Used As The Solicitation Number. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Qualified Sources May Submit A Quotation, (vendor Must Have An Active Registration In Sam.gov Prior To Award) Which If Timely Received, Shall Be Considered By This Agency. payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov. all Acquisitions Expected To Exceed $10k Can Also Be Found On Sam.gov Under The Same Solicitation/rfq Listed In The Header. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. naics Code: 336340 this Acquisition Is __ Unrestricted _x_ Set Aside: _x_100% For: _x_ Small Business companies Must Be Registered With The System For Award Management (sam.gov) And Have A Valid Sam.gov Unique Entity Id Number Included In Their Quote. quotes Due:­­­­­­­­­­­­ 07/05/2023 the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: item #1: nsn: 2530 01-550-7474 description: Brake, Multiple Disk part Number: Lmb130628-m / 02-556-378 Prod# mfg Name: Mico Inc descriptive Data: partial Shipment Is Acceptable. appleton P/n Ymd-7915 Is Acceptable. 3/16/2023 Change Record 10878 Submitted To Add This P/n As A Secondary. Djg Complete Brake Disc Assembly Used On The 175' Wlm Cross Deck winches. preservation, Packing, & Marking/label Shall Be In Accordance With Specifications: each Brake Assembly Shall Be Preserved In Accordance With mil-std-2073 1e Method 10, Wrapped In A Double Layer Of 3/4 Inch Bubble wrap, And Individually Packed In Its Own Astm D5118 Fiberboard Box. mark In Accordance With Mil-std-129r, Bar Code Iaw Iso/iec-16388-2007, Code 39 Symbology. qty:   36        Unit Of Issue: Ea price: $____________    Total: $____________ u.s Coast Guard Date Material Required: 07/01/24 vendors Earliest/best Delivery Date: __________________________ **shipping: Fob Destination Required. ** ** Total Cost Shall Have Delivery And Any Freight Charges To Zip Code 21226 Included. * no Substitutions. are You Able To Meet Packaging Requirements? Yes ___ No ____ the Items Are Used On Various Us Coast Guard Vessels. substitute Part Numbers Are Not Acceptable. please Complete All Highlighted Information date:  company Name:   point Of Contact: address: phone: email: is Your Company Registered And Active In System For Award Management (sam.gov)?  (required For Award) Https://sam.gov/content/home)  _______yes ________no sam.gov Unique Entity Id (mandatory):_______________ tin No. (mandatory):_______________ preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment. ship To:                Uscg Surface Forces Logistics Center                2401 Hawkins Point Road                Receiving Room- Building 88                Baltimore, Md 21226 all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided. material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations. packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse. all Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped. all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 8am To 3pm. please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To Gina.m.baran@uscg.mil. u.s. Coast Guard Approved Label Should Have The Following national Stock Number (nsn) item Name part Number purchase Order Number the Words “coast Guard Sflc Material” Condition (a) quantity And Unit Of Issue, I.e (1-e) invoicing In Ipp it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information: Cg Contract Number, Vendor’s Invoice Number, Vendor’s Uei, Uei & Tins Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non-po In Ipp. to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. Additionally, A Copy Of The Invoice Must Also Be Sent To The Po Issuing Office At: Gina.m.baran@uscg.mil. if You Have Any Questions Regarding This Solicitation, Please Refer Them To: gina.m.baran@uscg.mil phone:  410-762-6352

Closing Date

6 Jul 2024

Tender Amount

Refer Documents 
1-10 of 32 active Tenders