Astm D Tenders

Astm D Tenders

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Soon11 Feb 2025
Tender AmountRefer Documents 
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 5905 01-713-6409 resistor Thermal mfg Name: Cummins Inc part_nbr: 5266605 qty: 12 154' Thermal Resistor each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance with Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate cushioned Or Secured To Prevent Damage From Movement Or External Impacts. Any crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An appropriate Sized Pallet To Facilitate Forklift Use. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226 substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only : Cummins, Inc.; And/or Their Authorized Distributors Can Provide This Unit. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor, And Verifying The Oem Will Supply Genuine Oem Parts. this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, 2025-01 11/12/2024 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 334416 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13 the U.s. Coast Guard Intends To Award On An 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 Via Email To Eric.i.goldstein@uscg.mil, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (sam) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 11, 2025 At _9:00 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. (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (june 2020); Far 52.212-3, Offeror Representations And Certifications-commercial Items (november 2020) 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 (oct 2018); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (november 2020). The Following Clauses Listed Within Far 52.212-5 Are Applicable: 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (october 2022) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) 52.222-3, Convict Labor (june 2003) 52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). 52.222-21, Prohibition Of Segregated Facilities (apr 2015). 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246). 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). 52.222-50, Combating Trafficking In Persons (nov 2021) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer— System For Award Management (october 2018) the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 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: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf

DEPT OF THE ARMY USA Tender

Chemical Products
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Description: Minimum Specifications For Microcrystalline Wax #118p. Melting Point F/c, D 127 192 Min 194-90 Penetration @77f/100f, D1321, 10 Max 7, Color, Astm D1500, 0.5 Max, 1.05, Oil Content, Wt%, D 721, 1.8 Max, 0.5, Flash, Pm F/c, D93, 500 Min, 515/268 Viscosity, Sus, 210 F/98/9c, D2161, 90min, 99, Gravity, Ap1, D 287, 34 Min 36 Max, 35, Odor, D 1833, 2 Max, 1 Pound/gallon Avg, D1250, 7.076, Specific Gravity, 0.849. Wax Must Be In Bead Or Flake Form Only. Provide The Manufacturer Information Of The Wax. Wax Must Be Packaged Within Boxes---15 Inches In Length X 12 Inches In Width X 12 Inches In Height / Each Box Is Not To Exceed 50 Lbs. No More Than 40 Boxed Per Pallet (2000 Lbs.) Every Box Must Be Sealed. Within The Box The Wax Is To Be Encased In A Sealed And Durable Plastic Bag.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n97113d|fba|717-605-2172|jennifer.l.henry73.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@us.navy.mil| note For Contractor/administrative Contracting Officer|3|||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (jan 2025)|13|332722|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| to View The Drawings: go To Www.https://beta.sam.gov/ click: Contract Opportunities And Enter The Solicitation Number. This Gives You Access To The Electronic Solicitation. drawings Can Be Viewed Or Downloaded. government Source Inspection Per Far 52.246-2 Is Required. delivery_____90__________days. 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 Inthe 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. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Washer, Tefl . 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Drawings Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. drawing Data=6194912 |53711| P| |d|0001 | P|49998|0678861 drawing Data=6194912 |53711| P| |d|0002 | L|49998|0053101 drawing Data=6194912 |53711| P| |d|0003 | E|49998|0066601 drawing Data=6194912 |53711| P| |d|0004 | E|49998|0098472 drawing Data=6194912 |53711| P| |d|0005 | P|49998|0558189 drawing Data=6194912 |53711| P| |d|0006 | D|49998|0084659 drawing Data=6194912 |53711| P| |d|0007 | E|49998|0057762 drawing Data=6194912 |53711| P| |d|0008 | B|49998|0073921 drawing Data=6194912 |53711| P| |d|0009 | K|49998|0063473 drawing Data=6194912 |53711| P| |d|0010 | J|49998|0048591 drawing Data=6194912 |53711| P| |d|0011 | K|49998|0054650 drawing Data=6194912 |53711| P| |d|0012 | G|49998|0068792 drawing Data=6194912 |53711| P| |d|0013 | J|49998|0081182 drawing Data=6194912 |53711| P| |d|0014 | G|49998|0073246 drawing Data=6194912 |53711| P| |d|0015 | H|49998|0077740 drawing Data=6194912 |53711| P| |d|0016 | K|49998|0101839 drawing Data=6194912 |53711| P| |d|0017 | L|49998|0065155 drawing Data=6194912 |53711| P| |d|0018 | N|49998|0077963 drawing Data=6194912 |53711| P| |d|0019 | M|49998|0088746 drawing Data=6194912 |53711| P| |d|0020 | M|49998|0086518 document Ref Data=mil-std-130 | | |m |051202|a| | | document Change Data=dod-p-16232 |mil-dtl-16232g document Change Data=mil-p-22241 |astm-d3293 document Change Data=mil-p22241 |astm-d3369 document Change Data=mil-s-6090 |canceled document Change Data=milp-22241 |astm-d3308 document Change Data=qq-p-35 |astm-a967 3. Requirements 3.1 Manufacturing And Design - The Washer, Tefl Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;on Drawing 6194912-94 (53711) Rev P; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 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 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. 4.3 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. 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. 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. 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. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Ordinance Document (od) Controlled Items - Award For An Item Will Be Made Only To The Vendor(s) Listed On ;od36190; . A Substitute Item Is Not Authorized Without Prior Testing And Approval. Contractors Are Cautioned That Award Of This Contract/purchase Order Will Not Be Delayed Solely For The Purpose Of Approving Additional Sources. Contractors Desiring To Provide A Substitute Item Are Urged To Contact The Government Pco To Arrange For Testing And, If Approved, Added To The Od as An Approved Source Of Supply For Subsequent Procurements. on Drawing 6194912-94 (53711) Rev P verified Material With General Dynamics - D Lantz 11 Sep 2024 astm-d3293 Ty Ii, Gr 2, Cl B or mil-p-22241 Ty 1, Gr B \

National Fertilizers Limited - NFL Tender

Goods
GEM
India
Closing Date17 Feb 2025
Tender AmountRefer Documents 
Description: CATEGORY: PTFE/PURE TEFLON ROD CONFORMING, TO ASTM D 1710/91A, TYPE-2, GRADE-1 CLASS-1 Size Dia. 20MM x 300MM L , PTFE/PURE TEFLON ROD CONFORMING, TO ASTM D 1710/91A, TYPE-2, GRADE-1 CLASS-1 Size Dia. 30 MM X 300 MM , PTFE/PURE TEFLON ROD CONFORMING, TO ASTM D 1710/91A, TYPE-2, GRADE-1 CLASS-1 SIZE 40 MM DIA X 300 MM , PTFE/PURE TEFLON ROD CONFORMING, TO ASTM D 1710/91A, TYPE-2, GRADE-1 CLASS-1 SIZE 50MM DIA X 300MM L

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Soon11 Feb 2025
Tender AmountRefer Documents 
Details: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 5935-01-684-5639 connector, Receptacle, Electric connector, Receptacle, Electrical shore Power Assembly Stbd size 4 Push And Pull Type With 4 Pins And Screw Terminals inverted Socket individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned And Packed In An Appropriately Sized Astm-d5118 Double-wall Fiberboard 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 If Vendors Cannot Individually Package, Pack, Mark And Bar-code Filters As Required vendors May Use A Third Party To Package Items As Required If Necessary. Provide Additional Cost With Quotation. Filters That Are Not Individually Packaged Will Not Be Recieved By The Warehouse And Will Not Be Acceptable. mfg: Cavotec Usa, Inc. pn: Pc4-wx04-s0702t qty: 10 Ea this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 17, 2025) 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 333998 And The Business Size Standard Is 550. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Cavotec Usa, Inc. And/or Their Authorized Distributors Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. the U.s. Coast Guard Intends To Award On An 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 Systems 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 February 11, 2025, 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 (may 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.acquisition.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 (jan 2025). 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) 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 (feb 2024)(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 (feb 2024) (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 (nov 2021)(22 U.s.c. Chapter 78 And E.o. 13627) far 52.225-1 Buy American Act-supplies (oct 2022) far 52.225-3, Buy American Act-free Trade Agreement (nov 2023)(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. cgap 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: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Soon11 Feb 2025
Tender AmountRefer Documents 
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 4820-01-360-2368 valve Expansion discharge Bypass Valve Used As Part Of The A/c System On The 87 Wpb Vessels. each Item Shall Be Individually Packaged In Accordance With Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d5118 Double-wall Fiberboard Box Cushioned As Appropriate To Prevent Damage From Movement Or External Impact. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award. mfg: Parker-hannifin Corporation pn: Adrhe-6 0/80 5/8odf qty: 20 Ea this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 17, 2025) 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 332911 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Parker Hannifin Corporation And/or Their Authorized Distributors Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. the U.s. Coast Guard Intends To Award On An 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 Systems 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 February 11, 2025, 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 (may 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.acquisition.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 (jan 2025). 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) 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 (feb 2024)(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 (feb 2024) (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 (nov 2021)(22 U.s.c. Chapter 78 And E.o. 13627) far 52.225-1 Buy American Act-supplies (oct 2022) far 52.225-3, Buy American Act-free Trade Agreement (nov 2023)(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. cgap 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: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents 
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 4320 01-411-4904 pump Unit,centrifugal mfg Name: Ampco Metal,inc. (oem) part_nbr: 1 In X 3/4 In K qty: 15 auxillary Sea Water Pump And Motor Assembly Used On The 87 Wpb. Pump Is Ampco Model 1 In X 3/4 In Kc2 Material: 483 Rpm: 3500 Impeller: 4.75 In Motor Is Baldor / Reliance Spec No: 34-5104-3226 H/p: 1 Volts: 230/460 Hz: 60 Phase: 3 Frame: 56j Encl: Tefc Each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance With Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate Cushioned And/or Secured To Prevent Damage From Movement Or External Impacts. Any Crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An Appropriately Sized Pallet To Facilitate Forklift Use. Each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388- 2007, Code 39 Symbology. All Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or B substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only : Ampco Pump Company, And/or Their Authorized Distributors Can Provide This Unit. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor, And Verifying The Oem Will Supply Genuine Oem Parts. this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, 2025-01 11/12/2024 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 333996 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13 the U.s. Coast Guard Intends To Award On An 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 Via Email To Eric.i.goldstein@uscg.mil, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (sam) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 10, 2025 At _9:00 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. (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (june 2020); Far 52.212-3, Offeror Representations And Certifications-commercial Items (november 2020) 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 (oct 2018); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (november 2020). The Following Clauses Listed Within Far 52.212-5 Are Applicable: 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (october 2022) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) 52.222-3, Convict Labor (june 2003) 52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). 52.222-21, Prohibition Of Segregated Facilities (apr 2015). 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246). 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). 52.222-50, Combating Trafficking In Persons (nov 2021) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer— System For Award Management (october 2018) 52.225-3, Buy American--free Trade Agreements--israeli Trade Act (nov 2023) the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 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: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf

U S COAST GUARD USA Tender

Scraps
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents 
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 2040 01-f11-2447 rhib Notch Ultra-poly Pad Pc D mfg Name: J H Menge & Company Inc. part_nbr: 6139248 qty: 12 notch Pad, Piece "d" description: 12 Inches Wide X 96 Inches Long X 1.25 Inches Thick, With Staggered rubber Backing From 2.35 Inches To 2.75 Inches, Drilled Per Drawing. Color Is Gray. for Small Boat Retrieval Notch. each Item Shall Be Individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned As Appropriate To Prevent Movement Or Damage From External Impact. each Item Shall Then Be Packed In An Appropriately Sized Astm-d5118 Double-wall fiberboard Box. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388- 2007, Code 39 Symbology. failure To Meet Requirements For Packaging, Packing, Marking And Bar-coding Will result In The Item(s) Being Rejected At The Warehouse And Returned To The Vendor. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226 substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only : Ultra Poly, Inc, And/or Their Authorized Distributors Can Provide This Unit. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor, And Verifying The Oem Will Supply Genuine Oem Parts. this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, 2025-01 11/12/2024 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 333998 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13 the U.s. Coast Guard Intends To Award On An 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 Via Email To Eric.i.goldstein@uscg.mil, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (sam) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 10, 2025 At _9:00 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. (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (june 2020); Far 52.212-3, Offeror Representations And Certifications-commercial Items (november 2020) 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 (oct 2018); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (november 2020). The Following Clauses Listed Within Far 52.212-5 Are Applicable: 52.219-6, Notice Of Total Small Business Aside (nov 2020) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) 52.222-3, Convict Labor (june 2003) 52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). 52.222-21, Prohibition Of Segregated Facilities (apr 2015). 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246). 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). 52.222-50, Combating Trafficking In Persons (nov 2021) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer— System For Award Management (october 2018) the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 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: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf

Municipality Of San Vicente, Palawan Tender

Healthcare and Medicine
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 964.3 K (USD 16.4 K)
Details: Description Invitation To Bid For The Supply And Delivery Of 1st Quarter Medical, Dental And Laboratory Supplies For The Daily Of The Rural Health Unit (rhu), This Municipality/gds-2025-012 1. The Municipal Government Of San Vicente, Palawan, Through The General Fund Intends To Apply The Sum Of Seven Hundred Twenty-two Thousand Two Hundred Ten Pesos (₱722,210.00) For Lot 1; Forty-eight Thousand Three Hundred Pesos (₱48,300.00) For Lot 2; One Hundred Ninety-three Thousand Eight Hundrred Seveny-six Pesos (₱193,876.00) For Lot 3; Being The Abc To Payments Under The Contract For Supply And Delivery Of 1st Quarter Medical, Dental And Laboratory Supplies For The Daily Of The Rural Health Unit (rhu), This Municipality/gds-2025-012. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot 1 - Medical Supplies 1. Bottle 5 Aidex Activated Glutaraldehyde Solution + Liquid Activator 2. Bottle 150 Alcohol, Ethyl, 70% Solution, Fliptop, 500ml 3. Bottle 150 Alcohol, Ethyl, 70% Solution, Spray, 250ml 4. Bottle 100 Alcohol, 60ml, Spray 5. Piece 5 Arm Sling Small 6. Piece 5 Arm Sling Medium 7. Piece 5 Arm Sling Large 8. Piece 20 Bp App Manual 9. Piece 5 Bp App Digital Adult 10. Box 1 Catheter Suction F.10, 50's 11. Box 1 Catheter Suction F.8, 50's 12. Box 1 Catheter Suction F.12, 50's 13. Box 1 Catheter Suction F.14, 50's 14. Box 2 Catheter Foley F.16, 10's 15. Box 2 Catheter Foley F.14, 10's 16. Pack 50 Cotton Balls, 100's 17. Box 120 Disposable Gloves (vinyl,nitrile Blend Gloves, Powder Free, Non-sterile) Size: Medium 18. Box 100 Disposable Gloves (vinyl,nitrile Blend Gloves, Powder Free, Non-sterile) Size: Large 19. Box 100 Disposable Face Mask, Surgical, 3 Ply, 50's 20. Piece 20 D5050 21. Piece 1 Foam Mattress, 1inch Thick, Single Size 22. Pack 10 Gauze Pad, Sterile, 4x4, 100's 23. Roll 20 Gauze Bandage, Size: Jumbo 24. Liter 5 Hydrogen Peroxide 25. Piece 60 Iv Cannula G26 26. Piece 1 Indoor Thermometer Digital Lcd Temperature Sensor Humidity Meter Thermometer Room Hygrometer Monitor Gauge 27. Piece 30 Infusion Set (macroset), Adult, 100's 28. Piece 30 Infusion Set (microset), Pedia, 100's 29. Unit 2 Lcd Refrigerator Freezer Refrigerator Digital Thermometer Temperature -50 ~ 110 Celsius 30. Vial 50 Lidocaine 20mg/ml 50ml 31. Unit 1 Mini Electronic Timer Lcd Digital Kitchen Cooking Timer Count Down Study Alarm Magnetic Retractable Stand 32. Box 5 Micropore 0.5 Inch, 24's 33. Piece 100 Nasal Cannula Adult 34. Piece 100 Nasal Cannula Pedia 35. Piece 250 Nebulizing Kit, Adult 36. Piece 250 Nebulizing Kit, Pedia 37. Box 5 Neddle 25 Gauge 5/8 38. Piece 100 Oxygen Mask, Adult 39. Piece 100 Oxygen Mask, Pedia 40. Liter 60 Plain Lr 41. Piece 10 Pocket Fetal Doppler, Colored 42. Liter 100 Povidone Iodine 43. Piece 10 Pulse Oximeter, Adult 44. Piece 5 Pulse Oximeter, Pedia 45. Liter 60 Pnss 46. Piece 25 Soluset 100ml 47. Box 20 Surgical Blade, Size 11, 100's 48. Box 20 Surgical Blade, Size 6.5, 100's 49. Box 20 Surgical Blade, Size 7, 100's 50. Box 20 Surgical Gloves, Size 7.5, 50 Pairs 51. Box 3 Syringe 0.05cc, Ad Syringe, 100's 52. Box 20 Syringe 0.5cc, Ad Syringe, 100's 53. Box 10 Syringe 0.3cc, 100's 54. Box 20 Syringe 1cc, 100's 55. Box 20 Syringe 3cc, 100's 56. Box 20 Syringe 5cc, 100's 57. Box 5 Syringe 10cc, 100's 58. Piece 5 Syringe 100cc 59. Piece 15 Stainless Vaccine Thermometer, Round 60. Box 10 Transpore Tape, 1inch, Hypoallergenic 61. Piece 1 Tissue Holder Large 62. Piece 10 Urine Bag Pediatric 63. Piece 20 Urine Collector Pediatric 64. Piece 10 Vaccine Carrier, 2.5l 65. Piece 5 Weighing Scale Bathroom 66. Piece 3 Weighing Scale, Infant 67. Piece 3 X-collar Basic (m) 68. Pack 5 Ziplock Pouch 100's 13x19cm 69. Pack 5 Ziplock Pouch 100's 16x24cm 70. Piece 20 2-0 Chromic 26mm Cut-gut Round, 12's 71. Piece 5 3-0 Chromic 26mm Cut-gut Round, 12's 72. Piece 20 Silk 2-0 40mm Cut-gut Round Bodied & Cutting 12's 73. Piece 2 Silk 4-0 40mm Cut-gut Round Bodied & Cutting, 12's 74. Bottle 20 0.9 Sodium Chloride 50ml Lot - 2 Dental Supplies 1. Pack 10 Cotton Balls, Soft Absorbent, 1000 Balls 2. Box 12 Disposable Gloves, Xs, Powder-free, Vinyl/nitrile Examination Gloves, Non-sterile, Powder Free, 100pcs 3. Pack 4 Headcap, Disposable, 100pcs 4. Piece 1500 Toothbrush Kiddie With Cover 5. Piece 500 Toothbrush Adult With Cover (intended For Pregnant Women) Lot 3 - Laboratory Supplies 1. Bottle 2 Blood Typing Reagent Anti-a 2. Bottle 2 Blood Typing Reagent Anti-b 3. Bottle 2 Blood Typing Reagent Anti-d 4. Bottle 1,500 Stool Cup W/ Screw Cap Cover And Spoon 60ml 5. Box 3 Dengue Ns1 Kits, Box Of 25 6. Box 2 Dengue Dou Kits, Box Of 25 7. Bottle 20 Urine Strips (for Urine Strip Reader With 14 Parameters With Calcium And Creatinine Determination) 100's 8. Set 1 Gram Stain 9. Box 5 Wooden Applicator Sticks, 100's 10. Box 1 Fecal Occult Blood, 25's 11. Plate 3 Yellow Top 3ml Tubes 12. Box 2 Surgical Paper Tape 1 Inch Hypoalergenic, 12 Roll 13. Piece 50 Plastic Centrifuge Tubes 10 Ml 14. Piece 100 Pregnancy Kit 15. Box 10 Syringe (1 Cc G25) With Hypodermic Needle, 100's • Ultra Thin And Sharp Needles • Clear Barrels • Bold, Precise Scale Markings • Smooth Plunger Action • Tamper Evident Peel Packs 16. Box 10 Syringe (3 Cc G23) With Hypodermic Needle, 100's • Ultra Thin And Sharp Needles • Clear Barrels • Bold, Precise Scale Markings • Smooth Plunger Action • Tamper Evident Peel Packs 17. Box 20 Disposable Nitrile Medical Gloves Size: Medium, Color: Blue Or Purple Non-sterile, Disposable Powder-free As Per The Fda’s 81fr 91722 Safety Features Fully Ce-certified And Fda-cleared In Compliance With En 455, En 374, Astm D6319 Latex-free Manufacturing Extremely Durable And Puncture Resistant Provides Protection From Most Chemical Exposure Provides Protection Against Viruses And Bacteria" 18. Bottle 100 70% Isoprophyl Alcohol 500 Ml Additional Requirement To All Bidders: 1. Must Be Registered At Food And Drug Administration (fda) Portal Requirements To The Winning Bidder A. All Items To Be Supplied Shall Conform/comply The Description/specifications As Indicated In The Bidding Documents. B. Partial Delivery Shall Not Be Allowed 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5 To 26, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (₱1,000.00) Lot 1; Five Hundred Pesos (₱500.00) For Lot 2, Lot 3. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On February 12, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before February 26, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 26, 2025, 9:30 A.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting

City Of Cape Town Tender

Others
South Africa
Closing Soon10 Feb 2025
Tender AmountRefer Documents 
Description: Rfq Type Goods Goods Fuels & Lubricants Reference Number Gc12500327 Title Fuel & Lubricants Description 15 Each X Grease Ep0 18kg Specification* Grease Ep0 18kg Or Equivalent Technical Datasheets Can Be Uploaded/ Attached To The Rfq Ep0 Grease, Quantity = 15 X 18kg (acceptable/alternative Sizes = 15kg-20kg) Description Premium 0 Is A Semi-fluid Lithium 12 Hydroxystearate Soap Based Grease Which Contains Ecological Acceptable Anti-wear Additive, Rust And Corrosion Inhibitors. It Is Especially Formulated For The Lubrication Of Gears And Bearings Where Excessive Leakage Of Conventional Gear Oils Makes Its Use Economically Attractive. Premium 0 Offers A High Tolerance For Water Contamination Without Significant Structural Changes. Its Consistency Ensures Immediate Re-wetting Of Critical Wear Points Even In Moderately High Speed Gear Sets. Application Premium 0 Is Recommended For Use In Place Of Conventional Gear Oils In Leaking Gear Cases On Virtually All Types Of Underground Mining Machinery. Specific Applications Include Head Gearboxes, Cutter Heads, Oscillating Arms, Pots Or Gathering Head Drives, Pump Cases Etc. It Can Also Be Used In Many Other Industrial Applications Where Conventional Oils Cannot Be Retained In Gear Cases, Chain Cases, Etc. It Demonstrates Easy Pumping Through Long Lines Of Automatic Greasing Systems At Temperatures Down To -12 °c And Has No Undesirable Effects On Conventional Seal Materials, Brass Or Bronze Bushings Etc. Operating Temperature Range From -12°c To +130°c. Benefits <(>&<)> Features # Effective Leakage Control And Reduced Lubricant Top Up Frequency. # Superior Lubrication Under Heavy Or Shock Loading. # Excellent Rust And Corrosion Protection. # High Resistance To Water. # Good Anti-wear Protection. # Long Service Life And Good Oxidation Stability. Performance Level Meets Or Exceeds The Following Industry Standards # Din 51502, K0k-30 Specifications Parameters Methods Units Typical Values Din Classification Din 51502 - K0k-30 Nlgi Grade Astm D217 - 0 Thickener Type - - Lithium Colour Visual - Yellowish Brown Base Oil Type - - Mineral Penetration, @ 25°c Worked Astm D217 0.1 Mm 370 Dropping Point Ip 396 °c 182 Viscosity Of Base Oil @ 40°c Astm D445 Cst 190 4-ball Weld Load Din 51350 4 N 2600 4-ball Wear Scar 40kg/1hr Din 51350 5 Mm 0.5 Timken Ok Load Ip 326 Lbs 35 20,000 Strokes Worked Penetration Astm D217 % Change 10 Shell Roll Stability # 24hrs Astm D1831 % Change 15 Density Ip Pm-cs/03 G/ml 0.9 Water Resistance Din 51807/1 - 0-90 Flow Pressure # 30°c Din 51805 Mod Mbar <(><<)>1400 Copper Corrosion Astm D4048 - 1a Oxidation Stability @ 100hrs Astm D942 Kpa Drop 50 Delivery To Melkbosstrand Wwtw Delivery Adress Off R27, Melkbosstrand, Cape Town, 7437 Contact Person Ashline Lewis Tell 021 400 4214 Email Ashline.lewis@capetown.gov.za Non Stock 1. Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. 2. Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** 3. Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" Nb!!! Please Provide Sample Pictures And Specifications With Your Submission. Delivery Date2025/03/18 Delivery Towater Services-reticulation Planning Maintenance Plant Delivery Address31 Wale Street, Cape Town Contact Personashline Lewis Telephone Number0214004214 Cell Number Closing Date2025/02/10 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgc1.quotations@capetown.gov.za Buyer Detailsa.february Buyer Phone0214006745 Attachments No Attachments Note The Onus Rests With The Service Providers To Download The Returnable Documentation Attached To This Advert. Failure To Submit The Attached Quotation Document In Response To This Advert Will Render Your Quote Non-responsive. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
1-10 of 32 active Tenders