Bus Tenders
Bus Tenders
U S COAST GUARD USA Tender
Electrical Generators And Transformers...+1Electrical and Electronics
United States
Details: Work Item 1: Ship Service Diesel Generator, Load Testing, Perform
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Perform Load Testing Of Designated Ship Service Diesel Generator (i.e., Ssdg) Listed In Table 1.
table 1 – List Of Ship Service Generator
caterpillar Model No.
description
location
3512b
no.2 Ship Service Diesel Generator,1360 Kw, 450 Volt Ac, 3 Phase, 60 Hz
forward Main Machinery Room (5-44-01-e)
1.2 Government-furnished Property.
none.
2. References
coast Guard Drawings
coast Guard Drawing 750-wmsl-501-002, Rev E, Machinery Arrangements (asc501001)
coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
coast Guard Technical Publication (tp) 7119, Ship Service Diesel Generator - Model 3512b
coast Guard Technical Publication (tp) 7165b, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 1
coast Guard Technical Publication (tp) 7166b, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 2 & 4
coast Guard Technical Publication (tp) 7167, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 3
other References
comdtinst 9077.1 (series) Equipment Lockout-tags-plus Instruction
mil-std-1310, Sep 2009, Shipboard Bonding, Grounding, And Other Techniques For Electromagnetic Compatibility And Safety
3. Requirements
3.1 General. Contractor To Provide Load Bank And Oem Technical Representative Services To Oversee Overall Break-in And Run-up Procedures For Reassembled Caterpillar 3512b Engine, To Include All Steps Required From Initial Startup To Satisfactory Completion Of 100% Load Operation For Oem Prescribe Timeframe.
3.1.1 Cir.
none.
3.1.2 Tech Rep.
none.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
piping
electrical Cables
switchboard Enclosure
vent Ducting
motor Operated Valves
3.1.5 Background Information. Ssdg Listed In Table 1 Will Be Modified By The Coast Guard For The Following Task:
generator Bearing Replacement
shaft Alignment
pinning And Machine Work
diesel Engine Top-end Overhaul
3.1.5.1 After Completion Of Above Listed Tasks, This Work Item Is To Be Used For The Contractor To Perform Load Testing Of Designated Ssdg Listed In Table 1.
3.2 Work Location. The Concerned Work Area Is Listed In Table 1. See The Applicable Drawings In References In Paragraph 2 For Guidance, Locations, And Details.
3.2.1 Proposed Temporary Cable Routing Must Be Developed Using Uscg Dwg 418a-wmsl-801-001. Submit A Cfr.
3.2.1.1 Temporary Load Bank Cables Must Be Routed From The Switchboard To The Load Bank Via A Single Route, And Must Not Be Routed Separately By Any Method Which Would Lead To Unbalanced Phase Cables To Transit Through Hull Or Bulkhead Openings.
3.3 Grounding. The Contractor Must Ensure Conductive Surfaces Of The Load Bank Enclosure Are Appropriately Bonded And Grounded For Protection Of Personnel.
3.4 Contractor Furnished Materials (cfm). The Contractor Must Furnish Materials Listed In The Table 2 For Load Testing Of The Ssdg Listed In Table 1.
table 2 – Contractor Furnish Materials
materials
description
source Of Supply
load Bank
1500 Kw, 450 Volt Ac, 3 Phase, 60 Hz, Resistive
electrical Equipment’s Rental Company
load Bank Cables
approximate Length Of 300 Feet Cables With Ring Tongue Compression Lugs, 6 Paralleled #4/0 Copper (single Conductor) Per Phase (18 Total X 300 Feet) And One Additional Length For The Equipment Grounding Conductor Or Six Lstsgu-400
tony Santiago
murray Benjamin Electric
397 West Ave.
stamford Ct 06902
(203-705-2100) Or Any Electrical Cable Supplier
3.4.1 The Contractor Must Provide Miscellaneous Hardware Required For Electrical Installation (i.e. Nylon Stuffing Tubes, Chafing Gear, Box Connectors, Lugs, Fasteners, Wire Nuts, Tapes, Cable Ties & Cable Mounting Brackets, Etc) Of The Electrical Equipment.
3.5 Load Testing. The Contractor Must Provide Labor And Crane Services As Necessary For Placing Load Bank At Suitable Location (i.e., On The Pier Or The Ship). After Completion Of Load Bank Testing Of Ssdg, The Contractor Must Remove All Installed Equipment And Cables Used During Testing.
3.5.1 Testing Plan. The Contractor Must Submit A Plan For Load Testing Of The Ssdg In Accordance With Tp 7119.
3.5.1.1 The Plan Must Cover The Following Topics At A Minimum:
steady Increase Of Load In Multiple Steps Up To 100% Real Power Load
no Less Than 2 Hours Of Continuous Testing At 100% Load
simulated Start Of 450 Hp Load (assume No More Than 200% Fla)
emergency Shutdown Procedures
load Bank Specification And Location
cable Locations For Load Bank
no-load Tests
data To Be Collected During Tests
all Proposed Connections, Cable And Load Bank Configurations
3.5.1.2 The Contractor Must Start Testing Of The Ssdg After Cor Approval Of Submitted Test Plan And Official Acceptance By The Contract Officer (ko).
3.5.2 After Placing Load Bank At Suitable Location (i.e., On The Pier Or The Ship) The Contractor Must Install The Cables From The Load Bank To Associated Ss Switchboard Bus Bars (i.e. Back Side Of Ss Switchboard No.2s), According To The Agreed Upon Cable Routing.
caution
the Back Side Of The Switchboard Should Be Roped Off As A Personnel Exclusion Area (approximately 10 Foot Radius From Any Visible Live Bus
3.5.2.1 The Contractor Must Route The Cables From Designated Ssdg To Load Bank Through Hatches And Passageway. The Contractor Must Run Cables In Overheads As Much As Possible To Avoid Trip Hazards.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
safety
at Any Point In The Load Test Or Operational Testing Period If The Need Presents Itself The Engine – Prime Mover May Be Shut Down By The Tech Rep With Communication To The Uscg Operational Engineer Utilizing The Local Eos, E Stop Or Shut Down From The Switch Gear. Any Of The Three Options Will Automatically Open The Ssdg Buss Breaker
3.5.3 After Warmup Of Ssdg Until Coolant Temperature Reaching 140 Degree F, The Contractor Must Perform The Load Testing Of Designated Ssdg Listed In Table 1 At Following Load Condition.
table 3 – Load Testing
load
hours
*no Load
0.5 Hrs
25 % Load
0.5 Hrs
50 % Load
0.5 Hrs
75 % Load
0.5 Hrs
100 % Load
2.0 Hrs
no Load
0.5 Hrs
running No Load Testing. No Load Testing Will Consist Of Running The Engine At Idle Rpm Until The Engine Coolant Temperature Reaches 140 Deg. F During That Warmup Time Safety Testing Will Be Performed For Oil Pressure, Temp Warning, Emergency Shut Down Conditions, And Coolant Temp. Warning And Shutdown. Shipboard Alarm Verification Will Be Observed At That Time As Well.
3.5.3.1 Engine Parameter Readings During The Load Bank Test Must Be Taken Every 15 Minutes Including, But Not Limited To The Bullet Points In This Paragraph. Submit A Cfr.
engine Temp, Coolant Temp, Oil Pressure, Boost Pressure, Intake Air Temp After The Aftercooler, Exhaust Stack Temp, Left And Right Bank Exhaust Temperatures.
in Addition To The Generator Load Test Form, A Caterpillar Steady State Engine Performance File Shall Be Recorded On The Engine Ecm All Related Available Information.
generator Information, Voltage Reading Per Phase, Amperage Readings Per Phase, Hz, Bearing And Winding Temps.
pre And Post-test Pssrp Shall Be Saved On The Ecm To Provide Verification Of All Available Diagnostic Codes And Events.
all Electronic Files And Reports Must Be Submitted Via Cfr.
3.6 Load Test Documentation. After Completion Of Testing, The Contractor Must Provide All Collected Data Sheets To The Contracting Officer.
4. Notes
this Section Is Not Applicable To This Work Item.
Closing Date10 Feb 2025
Tender AmountRefer Documents
Verbandsgemeindeverwaltung Daun Tender
Services
Others...+1Civil And Construction
Germany
Details: Title: Tragwerksplanung
description: Gegenstand Dieses Vertrages Sind Leistungen Des Leistungsbildes Tragwerksplanung Gemäß §§ 49 Ff. Hoai Zur Planung Und Durchführung Der Erweiterung Der Kita In Dockweiler. Ebenso Sind Leistungen Der Bauphysik Nach Dem Leistungsbild Besondere Leistungen 1.2. Der Hoai Wärmeschutz Und Energiebilanzierung, Bauakustik (schallschutz) Und Raumakustik Zu Erbringen. Es Sollen Die Leistungsphasen 1 Bis 9 Des Leistungsbildes Der Anlage 1.2 Nach Hoai Erbracht Werden. Als Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Für Die Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Das Raumprogramm Sowie Alle Anforderungen In Rechtlicher Und Technischer Hinsicht Sind Ausführlich In Anlage 10 Zur Auftragsbekanntmachung Beschrieben Und Sind Gegenstand Dieses Aufforderungsschreibens. Der Zweckverband Beabsichtigt Die Kita Dockweiler Für Den Zukünftigen Gesetzesanspruch Der Ganztagsbetreuung Zu Erweitern. Der Anbau Soll In Südwestlicher Ausrichtung Auf Dem Grundstück Der Kita An Den Bestand Anbinden Und Im Ersten Entwurf In Eingeschossiger Und Barrierefreier Bauweise Geplant Werden. Die Angrenzende Bus-haltestelle Befindet Sich Auf Dem Grundstück Der Kita Und Könnte Für Die Erweiterung Reduziert Werden. In Der Leistungsphase 2 Wird Ein Alternativer Entwurf In Zweigeschossiger Bauweise Erwartet, Damit Der Flächenverbrauch Möglichst Gering Ausfällt. Die Vor- Und Nachteile Gegenüber Einer Eingeschossigen Bauweise, Insbesondere Aus Wirtschaftlicher Sicht, Sollen Vom Objektplaner Dargestellt Und Auch In Wirtschaftlicher Hinsicht Vom Tragwerksplaner Bewertet Werden. Das Hauswirtschaftspersonal Soll Über Einen Eigenen Eingang Verfügen, Hier Ist Auch Die Anlieferung Der Nahrungsmittel Einzuplanen. Für Die Löschwasserbereitstellung Ist Das Vorhandene Trinkwassernetz Nicht Ausreichend, So Dass Hier Die Differenz Zum Grundschutz Über Löschwassertanks Hergestellt Werden Muss. Die Letzten Messungen Vom 07-2023 Ergaben Eine Verfügbare Löschwassermenge Von 72 M³/stunde, Gefordert Werden Von Der Brandschutzdienststelle Aber 96 M³/stunde. Das Fehlende Löschwasser Soll Durch Löschwassertanks Sichergestellt Werden, Die Kosten Hierfür Sind Berücksichtigt. Im Rahmen Der Grundlagenermittlung Muss Die Löschwasserbereitstellung Mit Der Zuständigen Behörde Abgestimmt Werden. Die Vorschriften Der Unfallkasse Rlp, Sowie Die Vorgaben Der Brandschutzdienststelle Der Kreisverwaltung Sind Zwingend Zu Beachten. Die Erweiterung Der Kita Soll In Energetischer Hinsicht Als Klimafreundliches Nichtwohngebäude (kfn) Mit Erfüllung Der Anforderungen An Ein Effizienzgebäude 40 Geplant Und Ausgeführt Werden. Weiter Sind Die Regelungen Für Nichtwohngebäude In Trägerschaft Der Öffentlichen Hand Sind Gemäß Gebäudeenergiegesetz (geg) Und Dem Erneuerbare Energien- Wärmegesetz (eewärmeg) Generell Zu Beachten Und Einzuhalten. Die Erweiterung Der Kita Ist In Massiver Bauweise Unter Energetischer Baustoffauswahl Zu Planen. Sofern Eine 2-geschossige Variante Nach Der Vorentwurfsphase Zum Tragen Kommt, Könnte Das Obergeschoss Auch In Holzständerbauweise Umgesetzt Werden. Die Gründung Über Eine Tragende Bodenplatte Ist Zu Bevorzugen. Die Dachkonstruktion Sollte Nach Möglichkeit Als Pultdach Oder Satteldach Mit Schwacher Neigung Gestaltet Werden Und Sich Am Bestandsgebäude Orientieren. Der Erweiterungsbau Soll Sich In Den Bestehenden Gebäudekomplex Einfügen Und Den Gegenwärtigen Kita-betrieb Mit Den Außenspielflächen Berücksichtigen. Eine Multifunktionale Nutzung Der Mensa, Beispielsweise Durch Mobile Trennwände, Ist In Die Planung Mit Einzubeziehen. Der Sommerliche Wärmeschutz Ist Über Außenliegende Verschattungen Einzuhalten. Die Weiteren Anforderungen Ergeben Sich Aus Anlage 10 Zur Auftragsbekanntmachung. Beauftragter Leistungsumfang Ist Nach Näherer Maßgabe Des Vertragsentwurfes Die Erbringung Von Planungsleistungen Der Leistungsphasen 1 Bis 6 Und Die Besonderen Leistungen Der Leistungsphase 8 Die Dem Leistungsbild Tragwerksplanung (§ 51 Hoai In Verbindung Mit Anlage 14 Zu § 51 Abs. 1 Hoai) Zuzuordnen Sind. Daneben Werden Die Leistungen Der Bauphysik Anlage 1.2 Hoai Beauftragt.
Closing Date20 Jan 2025
Tender AmountRefer Documents
Verbandsgemeindeverwaltung Daun Tender
Services
Others...+1Civil And Construction
Germany
Details: Title: Tragwerksplanung
description: Gegenstand Dieses Vertrages Sind Leistungen Des Leistungsbildes Tragwerksplanung Gemäß §§ 49 Ff. Hoai Zur Planung Und Durchführung Der Erweiterung Der Kita In Dockweiler. Ebenso Sind Leistungen Der Bauphysik Nach Dem Leistungsbild Besondere Leistungen 1.2. Der Hoai Wärmeschutz Und Energiebilanzierung, Bauakustik (schallschutz) Und Raumakustik Zu Erbringen. Es Sollen Die Leistungsphasen 1 Bis 9 Des Leistungsbildes Der Anlage 1.2 Nach Hoai Erbracht Werden. Als Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Für Die Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Das Raumprogramm Sowie Alle Anforderungen In Rechtlicher Und Technischer Hinsicht Sind Ausführlich In Anlage 10 Zur Auftragsbekanntmachung Beschrieben Und Sind Gegenstand Dieses Aufforderungsschreibens. Der Zweckverband Beabsichtigt Die Kita Dockweiler Für Den Zukünftigen Gesetzesanspruch Der Ganztagsbetreuung Zu Erweitern. Der Anbau Soll In Südwestlicher Ausrichtung Auf Dem Grundstück Der Kita An Den Bestand Anbinden Und Im Ersten Entwurf In Eingeschossiger Und Barrierefreier Bauweise Geplant Werden. Die Angrenzende Bus-haltestelle Befindet Sich Auf Dem Grundstück Der Kita Und Könnte Für Die Erweiterung Reduziert Werden. In Der Leistungsphase 2 Wird Ein Alternativer Entwurf In Zweigeschossiger Bauweise Erwartet, Damit Der Flächenverbrauch Möglichst Gering Ausfällt. Die Vor- Und Nachteile Gegenüber Einer Eingeschossigen Bauweise, Insbesondere Aus Wirtschaftlicher Sicht, Sollen Vom Objektplaner Dargestellt Und Auch In Wirtschaftlicher Hinsicht Vom Tragwerksplaner Bewertet Werden. Das Hauswirtschaftspersonal Soll Über Einen Eigenen Eingang Verfügen, Hier Ist Auch Die Anlieferung Der Nahrungsmittel Einzuplanen. Für Die Löschwasserbereitstellung Ist Das Vorhandene Trinkwassernetz Nicht Ausreichend, So Dass Hier Die Differenz Zum Grundschutz Über Löschwassertanks Hergestellt Werden Muss. Die Letzten Messungen Vom 07-2023 Ergaben Eine Verfügbare Löschwassermenge Von 72 M³/stunde, Gefordert Werden Von Der Brandschutzdienststelle Aber 96 M³/stunde. Das Fehlende Löschwasser Soll Durch Löschwassertanks Sichergestellt Werden, Die Kosten Hierfür Sind Berücksichtigt. Im Rahmen Der Grundlagenermittlung Muss Die Löschwasserbereitstellung Mit Der Zuständigen Behörde Abgestimmt Werden. Die Vorschriften Der Unfallkasse Rlp, Sowie Die Vorgaben Der Brandschutzdienststelle Der Kreisverwaltung Sind Zwingend Zu Beachten. Die Erweiterung Der Kita Soll In Energetischer Hinsicht Als Klimafreundliches Nichtwohngebäude (kfn) Mit Erfüllung Der Anforderungen An Ein Effizienzgebäude 40 Geplant Und Ausgeführt Werden. Weiter Sind Die Regelungen Für Nichtwohngebäude In Trägerschaft Der Öffentlichen Hand Sind Gemäß Gebäudeenergiegesetz (geg) Und Dem Erneuerbare Energien- Wärmegesetz (eewärmeg) Generell Zu Beachten Und Einzuhalten. Die Erweiterung Der Kita Ist In Massiver Bauweise Unter Energetischer Baustoffauswahl Zu Planen. Sofern Eine 2-geschossige Variante Nach Der Vorentwurfsphase Zum Tragen Kommt, Könnte Das Obergeschoss Auch In Holzständerbauweise Umgesetzt Werden. Die Gründung Über Eine Tragende Bodenplatte Ist Zu Bevorzugen. Die Dachkonstruktion Sollte Nach Möglichkeit Als Pultdach Oder Satteldach Mit Schwacher Neigung Gestaltet Werden Und Sich Am Bestandsgebäude Orientieren. Der Erweiterungsbau Soll Sich In Den Bestehenden Gebäudekomplex Einfügen Und Den Gegenwärtigen Kita-betrieb Mit Den Außenspielflächen Berücksichtigen. Eine Multifunktionale Nutzung Der Mensa, Beispielsweise Durch Mobile Trennwände, Ist In Die Planung Mit Einzubeziehen. Der Sommerliche Wärmeschutz Ist Über Außenliegende Verschattungen Einzuhalten. Die Weiteren Anforderungen Ergeben Sich Aus Anlage 10 Zur Auftragsbekanntmachung. Beauftragter Leistungsumfang Ist Nach Näherer Maßgabe Des Vertragsentwurfes Die Erbringung Von Planungsleistungen Der Leistungsphasen 1 Bis 6 Und Die Besonderen Leistungen Der Leistungsphase 8 Die Dem Leistungsbild Tragwerksplanung (§ 51 Hoai In Verbindung Mit Anlage 14 Zu § 51 Abs. 1 Hoai) Zuzuordnen Sind. Daneben Werden Die Leistungen Der Bauphysik Anlage 1.2 Hoai Beauftragt.
Closing Date20 Jan 2025
Tender AmountRefer Documents
Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender
Works
Electrical Works...+1Electrical and Electronics
Eprocure
India
Details: Works contract for execution of providing 1.Improvement Estimate for newly proposed 1 no 63 KVA DT nagercoil road near court Eraniel to reduce the overload existing court ss 250 KVA DT in bethelpuram feeder under Eraniel section2.Imp Estimate for 27 nos 7.5m PSC poles into 8m PSC poles for low ground clearance in various locations under chemponvilai section.3.Imp Estimate for newly proposed 25 KVA DT to reduce the overload existing poolancode ss1 /100 KVA under parasery section.4.Imp Estimate for providing 1 no 11 KV single pole AB switch in 11 KV kovilanvilai spurline in IRE # under manavalakurichy section.5.Imp Estimate for providing 1 no 11 KV single pole AB switch near exchange ss 100 KVA in 11 KV colachel feeder under colachel section.6.Imp Estimate for providing 1 no 11 KV single pole AB switch at kottilpadu ss11/100 KVA in 11 KV colachel feeder under colachel section.7.Imp Estimate for providing 1 no 11 KV single pole AB switch near kamaraj salai ss1/100 KVA in 11 KV colachel feeder under colachel section.8.Imp Estimate for providing 1 no 11 KV single pole AB switch at udaiyarvilai ss111 100 KVA in 11 KV colachel feeder under colachel section.9.Imp Estimate for providing 1 no 11 KV single pole AB switch at CMC SS V1 25 KVA in 11 KV colachel feeder at sampilavilai spur line under colachel section.10.Imp Estimate for providing 1 no 11 KV single pole AB switch at sasthankarai ss/ 25 KVA in 11 KV colachel feeder at sasthankarai bus depot spur line under colachel section.11.Imp Estimate for replacement of deteriorated structure in kurumpani ss 11 100 KVA in palapallam feeder under chemponvilai section.12.Imp Estimate for providing 3 nos 11 KV single pole AB switches in various locations 11 KV kadiapattnam feeder spur lines under manavalakurichy section.13.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.14.IMP estimate for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 at loc from Alanchi Junction to Alanchi SS 63 Kva DT in 11 KV palapallam feeder of 110/11 KV SS Chemponvilai section.15.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.16.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Kodimunai SS II 100 KVA in 11 KV colachel feeder under colachel section.17.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor vaniyakudi SS II 100 KVA in 11 KV colachel feeder under colachel section.18.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Port SS I 250 KVA in 11 KV colachel feeder under colachel section.19.IMP esti for Newly proposed 25 KVA poochikadu SS in Poochukadu area to avoid over load North nullivilai SS II 63 KVA DT s load and LT length under parasery section.20.IMP esti for Newly proposed 25 KVA DT sasthankarai SS X VI in sasthankarai area and to reduce the Annastatue SS II 100 KVA DT s load and LT Length under colachel section.21.IMP esti for Newly proposed 1nos 25 KVA DT Eraniel subcourt area toaviod overload Eraniel SS II 100 DY s load and LT length under Eraniel section, in Kanyakumari Electricity Distribution Circle.
Closing Date6 Feb 2025
Tender AmountRefer Documents
Department Of Health Region Xii Tender
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Professional Book And Document Scanner, Camera Resolution: 16 Megapixels Optical Resolution : 250 Dpi Maximum Scanning Size: A3 (420 × 297 Mm) Maximum Document Thickness: 50 Mm Scanning Speed: 1.5 Seconds Per Page Light Source: Led With Adjustable Brightness + Side Lighting Ocr Software: Abbyy Ocr (supports 180+ Languages) Product Dimensions: 362.45 × 351.5 × 149.30 Mm Product Weight: 1.5 Kg Visual Presenter Mode: 1920 × 1080 @ 20 Fps System Compatibility: Windows Xp, 7, 8, 10, 11 (32/64-bit); Macos 10.13+ | File Formats: Jpg, Pdf, Searchable Pdf, Word, Excel, Tiff Compact High-performance Tablet With 8.3-inch Display, 128gb Storage, And Wi-fi Connectivity, Display: 8.3-inch Liquid Retina Display | 2266 × 1488 Pixels At 326 Pixels Per Inch (ppi) Features: Wide Color (p3), True Tone, Fully Laminated With Anti-reflective Coating, And 500 Nits Brightness Chip: A17 Pro, Cpu: 6-core (2 Performance Cores And 4 Efficiency Cores) Gpu: 5-core Neural Engine: 16-core Capacity: 128gb Rear Camera: 12-megapixel Wide Camera With Ƒ/1.8 Aperture, Smart Hdr 4, And 4k Video Recording Up To 60 Fps Front Camera: 12-megapixel Ultra Wide Front Camera With Center Stage, Ƒ/2.4 Aperture, And 1080p Hd Video Recording Up To 60 Fps Wi-fi: Wi-fi 6e (802.11ax) With Simultaneous Dual-band Support, Bluetooth: 5.3 Height: 195.4 Mm | Width: 134.8 Mm | Depth: 6.3 Mm | Weight: 293 Grams Security: Touch Id Integrated Into The Top Button Port: Usb-c For Charging And Accessories 2 Tb Portable External Solid-state Drive, Model: Extreme Portable Ssd V2 Capacity: 2tb Interface: Usb 3.2 Gen 2 Type-c Maximum Read Speed: Up To 1050 Mb/s Maximum Write Speed: Up To 1000 Mb/s Encryption: 256-bit Aes Hardware Encryption Drop Protection: Up To 3 Meters (9.8 Feet) Water & Dust Resistance: Ip65 Rating Dimensions: 3.97 X 2.07 X 0.38 Inches (100.80 X 52.55 X 9.60 Mm) Weight: 0.11 Lb (52 G) Material: Durable Silicone Shell With An Aluminum Chassis Operating Systems: Windows® 10+ And Macos 10.13+ Connectivity: Usb Type-c To Usb Type-c Cable Included Usb Type-c To Usb Type-a Adapter Included Warranty: 5-year Limited Warranty Carabiner Loop: Built-in For Easy Attachment To Bags Or Belts 2 Tb Portable External Hard Disk Drive, Model: Portable Drive (stgx2000400) Capacity: 2tb Interface: Usb 3.0 (compatible With Usb 2.0) Data Transfer Rate: Usb 3.0: Up To 5 Gbps Usb 2.0: Up To 480 Mbps Dimensions: 4.606 Inches (117 Mm) Length X 3.149 Inches (80 Mm) Width X 0.582 Inches (14.8 Mm) Depth Weight: Approximately 0.418 Lbs (0.19 Kg) Operating Systems: Formatted For Windows 10, Windows 8, Windows 7 Plug-and-play: Automatically Recognized By Windows; No Software Installation Required Power Source: Powered Via Usb Connection; No External Power Supply Needed What's Included - Portable Drive - Usb 3.0 Cable - Quick Start Guide 2 Tb Portable External Hard Disk Drive, Model: Portable Drive (hdtb520xk3aa) Capacity: 2tb Interface: Usb 3.2 Gen 1 (compatible With Usb 2.0) Maximum Transfer Rate: Up To 5 Gbit/s (usb 3.2 Gen 1) Dimensions: 109 Mm (l) X 78 Mm (w) X 14 Mm (h) Weight: Approximately 149 G Enclosure: Matte Finish File System: Ntfs (for Windows) One Free Port Of Usb 3.2 Gen 1 Or Usb 2.0 Power Source: Usb Bus Power (max. 900ma) What's Included - Portable Hard Drive - Usb 3.0 Cable (type A To Micro-b) - User's Manual (pre-installed On The Hard Drive) Warranty: 3-year Limited Warranty
Closing Date24 Feb 2025
Tender AmountPHP 101.9 K (USD 1.7 K)
Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender
Works
Electrical Works...+1Electrical and Electronics
Eprocure
India
Details: Works contract for execution of providing 1.Improvement Estimate for newly proposed 1 no 63 KVA DT nagercoil road near court Eraniel to reduce the overload existing court ss 250 KVA DT in bethelpuram feeder under Eraniel section2.Imp Estimate for 27 nos 7.5m PSC poles into 8m PSC poles for low ground clearance in various locations under chemponvilai section.3.Imp Estimate for newly proposed 25 KVA DT to reduce the overload existing poolancode ss1 /100 KVA under parasery section.4.Imp Estimate for providing 1 no 11 KV single pole AB switch in 11 KV kovilanvilai spurline in IRE # under manavalakurichy section.5.Imp Estimate for providing 1 no 11 KV single pole AB switch near exchange ss 100 KVA in 11 KV colachel feeder under colachel section.6.Imp Estimate for providing 1 no 11 KV single pole AB switch at kottilpadu ss11/100 KVA in 11 KV colachel feeder under colachel section.7.Imp Estimate for providing 1 no 11 KV single pole AB switch near kamaraj salai ss1/100 KVA in 11 KV colachel feeder under colachel section.8.Imp Estimate for providing 1 no 11 KV single pole AB switch at udaiyarvilai ss111 100 KVA in 11 KV colachel feeder under colachel section.9.Imp Estimate for providing 1 no 11 KV single pole AB switch at CMC SS V1 25 KVA in 11 KV colachel feeder at sampilavilai spur line under colachel section.10.Imp Estimate for providing 1 no 11 KV single pole AB switch at sasthankarai ss/ 25 KVA in 11 KV colachel feeder at sasthankarai bus depot spur line under colachel section.11.Imp Estimate for replacement of deteriorated structure in kurumpani ss 11 100 KVA in palapallam feeder under chemponvilai section.12.Imp Estimate for providing 3 nos 11 KV single pole AB switches in various locations 11 KV kadiapattnam feeder spur lines under manavalakurichy section.13.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.14.IMP estimate for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 at loc from Alanchi Junction to Alanchi SS 63 Kva DT in 11 KV palapallam feeder of 110/11 KV SS Chemponvilai section.15.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.16.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Kodimunai SS II 100 KVA in 11 KV colachel feeder under colachel section.17.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor vaniyakudi SS II 100 KVA in 11 KV colachel feeder under colachel section.18.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Port SS I 250 KVA in 11 KV colachel feeder under colachel section.19.IMP esti for Newly proposed 25 KVA poochikadu SS in Poochukadu area to avoid over load North nullivilai SS II 63 KVA DT s load and LT length under parasery section.20.IMP esti for Newly proposed 25 KVA DT sasthankarai SS X VI in sasthankarai area and to reduce the Annastatue SS II 100 KVA DT s load and LT Length under colachel section.21.IMP esti for Newly proposed 1nos 25 KVA DT Eraniel subcourt area toaviod overload Eraniel SS II 100 DY s load and LT length under Eraniel section, in Kanyakumari Electricity Distribution Circle.
Closing Date4 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Nsn 7r-7021-016552573-e8, Tdp Ver 001, Qty 117 Ea, Delivery Fob Origin. The Data Needed To Acquire/repair This Part Competitively Is Not Physically Available, It Cannot Be Obtained Economically, Nor Is It Possibleto Draft Adequate Specifications Or Any Other Adequate, Economical Description Of The Material For A Competitive Solicitation. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date13 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Nsn 7r-4920-015750494-qe, Ref Nr T6551941-1, Qty 1 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date14 Feb 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Goods
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: The Department Of Agriculture Regional Field Office Ix, Through Its Bids And Awards Committee (goods And Services), Hereby Invites All Interested Providers To Quote Their Lowest Price, Subject To The Terms And Conditions Stated Herein. Abc: ₱164,997.00 Delivery Period: 30 Calendar Days Delivery Site: Sudlon, Molave, Zamboanga Del Sur Accomplished Rfq's Must Be Received By The Bac Secretariat Of The Procuring Entity At Department Of Agriculture-rso Ix, Zamboanga City Or Through E-mail (bacda9zambo@gmail.com). Late Quotations Shall Not Be Accepted. Submit Certified True Copy Of The Following Valid: · Current Business Permit Or Mayor's Permit (2025); · Philgeps Registration Number; · Original Omnibus Sworn Statement (notarized); · Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Special Power Of Attorney For Authorized Representative 1 2 Set "computer Desktop Set " 49,999.00 "specification/s: " Cpu – At Least 6 Cores 12 Threads, 3.9ghz Base Frequency And Max 4.9ghz,12 Mb Cache, 8 Gt/s Bus Speed Ram – At Least 16gb (2x8gb Dual Channeled) Ddr4 Dram 3200mhz Motherboard – At Least Lga 1200 Pcie 4.0, 32gbps M.2 Slot, Intel® 1 Gb, Ethernet, Hdmi, D-sub Usb 3.2 Gen 1 Type-a, Sata 6 Gbps, Com Header, And Rgb Header Storage – At Least Nv2 1 Tb M.2-2280 Pcie 4.0 X4 Nvme Solid State Drive Cpu Cooler – At Least 4.84""l X 3.03""w X 6.25""h, 12 Volts 2.4 Watts, Maximum 1800 Rpm Power Supply - At Least 750 W Power Supply Monitor – At Least 24” 1920 X 1080p Accessories – Semi-mechanical Keyboard And Mouse "warranty – One (1) Year Warranty " 2 1 Unit "laptop " 49,999.00 "specification/s: " "processor: Intel Core I5 - 1135g7 (11th Generation), 2.4 Ghz (base Clock Speed At 28 W Tdp) Boosting Up To 4.2 Ghz (1-core Boost)" Ram: 16 Gb Ddr4 Storage: 512 Gb Ssd Display: 15.6-inch Full Hd (1920 X 1080) Ips Battery Life: Up To 8 To 10 Hours Build Quality: Durable Materials, Comfortable Keyboard, Responsive Touchpad Ports: Usb 3.2 Gen 1 Type-a Ports Usb 3.2 Gen 2 Type-c Ports Hdmi 4-in-1 Card Reader (sd, Sdhc, Sdxc, Mmc) Headphone/microphone Jack Power Connector With Complete Accessories Weight: At Least 1.8 Kg Operating System: Windows 11, Windows 64-bit/ With Ms Office Warranty: One (1) Year Warranty Accessories: With Bag And Mouse 3 1 Unit "printer " 15,000.00 "specification/s: " Printer Type: Print, Scan And Copy Resolution: At Least Up To 5760 X 1440 Dpi Print Speed: Black: At Least Up To 33 Pages Per Minute Color: At Least Up To 15 Pages Per Minute First-page Print Time: At Least Approx. 10 Seconds (black) / 16 Seconds (color) Copying: Speed: At Least Up To 7.7 Images Per Minute (ipm) For Black And 3.8 Ipm For Color Max Resolution: At Least It Has A 600 X 600 Dpi Scanning: Optical Resolution: At Least It Has A 1200 X 2400 Dpi Flatbed Scan Area: At Least It Has 216 X 297 Mm Adf Capacity: At Least 30 Pages For A4, 10 Pages For Legal Paper Handling: Input: At Least 100 Sheets Of Plain Paper Output: At Least 30 Sheets Connectivity: At Least Usb, Wi-fi, Ethernet, Wi-fi Direct Dimensions: Has A 375 X 347 X 237 Mm Weight: At Least 5.0 Kg Ink Yield: Black: At Least Up To 4,500 Pages Color (cyan, Magenta, Yellow): At Least Up To 7,500 Pages
Closing Date30 Jan 2025
Tender AmountPHP 164.9 K (USD 2.8 K)
7351-7360 of 7530 archived Tenders