Cable Tenders

Cable Tenders

Public Health Engineering Department - PHED Tender

Works
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
India
Closing Soon5 Mar 2025
Tender AmountINR 8.5 Million (USD 98 K)
Description: Construction, Testing And Commissioning Of R.c.c. Elevated Service Reservoir Of 01 Nos 40kl & 12m Staging Including Providing And Fixing Of Ci Double Flange Pipe, Double Flange Specials & Di Double Flange Soft Seated Sluice Valve Including Construction Of Suitable R.c.c. Valve Chamber. & Providing, Laying, Jointing, Interconnection, Testing And Commissioning Of 63 Mm Dia To 125 Mm Hdpe Pe-100 , Pn-6 Pipe Class 6/10 Kg/sqcm With Suitable Joints & 50mm To 100 Mm Dia Gi Pipe, Valve Specials And All Fittings Including All Allied Civil Works, Supplying & Installation Of Energy Efficiant Five Star Bee Rating Isi Marked Required Capacity Single And Three Phase, 50 Hz, 220v, Deep Well Submersible Pump Stainless Steel Body, Suitable For 4"/6" Tube Well With Control Panel Starter Suitable For Submersible Pump With Dry Run Protection, Connections, Including Clamps, Bore Cap Etc. As Required As Per Specifications But Excluding Pipe, Ss/nylon Wire Rope And Connection Cable Including Verification Of Tubewell Yield & Electric Connection From Cseb, Construction Of Rcc Structure Brick Masonry 4 Nos- Brick Masonry Switch Room Of Size 1.50*1.50*2.50 Mtr & Construction Of Boundry Wall Near Oht Providing 84 Nos Functional Household Tap Connection(f.h.t.c) In Individual Households, Clorinator And Clorinator Room Etc. Complete With Trial Run Operation & Maintanance For 06 Months Under Piped Water Supply Scheme Under Jal Jeevan Mission For Village-bakoi, Block- Udaipur .district – Surguja (c.g.). Total Length- 8086 Meter

Department Of Information Technology ITZBund Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Germany
Closing Date14 Mar 2025
Tender AmountRefer Documents 
Description: To the tender 'round cable'

DEPT OF THE AIR FORCE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon6 Mar 2025
Tender AmountRefer Documents 
Description: Amended Solicitation To Extend End Date. full & Open After Exlusion Of Sources - Total Small Business Set Aside - Firm Fixed Price for Access To Data Packages, Please Contact The Primary And Secondary Contacts. proposed Clin Structure Is As Follows: line 0001 nsn: 6150014622642ah noun: Cable Assembly, Power - First Article p/n: 33307-40015-10 qty: 1 delivery: 60 Days Aro Written Notice Of Award. Early Delivery Is Acceptable. line 0002 nsn: 6150014622642ah noun: Cable Assembly, Power - Production p/n: 33307-40015-10 qty: 5 delivery: 31 December 2025. Early Delivery Is Acceptable. line 0003 nsn: 5995014661494ah noun: Cable Assembly, Spec - First Article p/n: 33307-40407 & 33307-40407-10 qty: 1 delivery: 60 Days Aro Written Notice Of Award. Early Delivery Is Acceptable. line 0004 nsn: 5995014661494ah noun: Cable Assembly, Spec - Production p/n: 33307-40407 & 33307-40407-10 qty: 5 delivery: 31 December 2025. Early Delivery Is Acceptable. line 0005 nsn: 5995014628795ah noun: Cable Assembly, Spec - Production p/n: 33307-40020-10 qty: 10 delivery: 31 December 2025. Early Delivery Is Acceptable. line 0006 nsn: N/a noun: Cdrls p/n: A001-a002 qty: 1 delivery: Iaw 1423-1 line 0007 nsn: 6150014622642ah noun: Cable Assembly, Power - Production (bid B - First Article Waiver) p/n: 33307-40015-10 qty: 6 delivery: 31 December 2025. Early Delivery Is Acceptable. line 0008 nsn: 5995014661494ah noun: Cable Assembly, Spec - Production (bid B - First Article Waiver) p/n: 33307-40407 & 33307-40407-10 qty: 6 delivery: 31 December 2025. Early Delivery Is Acceptable.

DEPT OF THE ARMY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date1 Apr 2025
Tender AmountRefer Documents 
Details: Active Electronically Scanned Array Radar (aesa): Pertaining To This Notice This Is A Request For Information Only To Support A Potential In-flight Demonstration Of The Active Electronically Scanned Array (aesa) Radar To Be Conducted On Redstone Arsenal, Al. It Is The Intent Of The Government To Investigate Aesa Radar Technologies Capable Of Fulfilling The Requirements Of Multiple Rotary And Fixed Wing Platforms. Desired Capabilities Include Fire Control, Pilotage, Pilot Aid In Degraded Visual Environments (dve), Pole/tower And Cable Detection, Airborne Hazards, Terrain Following (tf), Terrain Avoidance (ta), And Shoreline Mapping Using Augmented Reality (ar) Techniques. If Respondents Can Only Provide A Subset Of Capabilities, They Are Still Encouraged To Respond. the U.s. Government, Project Manager For Apache Attack Helicopter Within The Program Executive Office For Aviation Is Conducting Market Research To Determine Potential Sources Capable Of Meeting Technical Requirements For An Aesa Radar For The Army’s Attack (ah-64 Apache), Utility (uh-60 Black Hawk), Cargo (ch-47 Chinook) Helicopters, Fixed Wing And Future Long Range Assault Aircraft. Interested Respondents Are Encouraged To Provide Substantiated Evidence Of Their Relevant Capabilities, Successes, And Readiness For In-flight Demonstration. Section 1.0 – “surrogate Platform Interface Requirements” Gives An Overview Of Integration Requirements To Mount And Connect The Demonstration Article To A Standard Apache Weapons Pylon. Additional Information Can Be Obtained From The Ah-64e V6 Tm 1-1520-263-10 Operators Manual, Ah-64e V6 System Subsystem Design Descriptions (ssdd), Mil-std-8591, And Mil-std-810. United States Government (usg) Will Assist In The Publishing Of The Required Airworthiness Release (awr) And Submission Of The Dd-1494 For This Demonstration Event. all Details Are Provided In The Below Attachments, Rfi For Aesa Radar (rev H) And Enclosure (1).

DEPT OF THE NAVY USA Tender

Chemical Products...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date19 Mar 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n774.9|cfa|717-605-1339|darian.m.holley.civ@us.navy.mil| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|iso9001| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg| equal Opportunity (sep 2016)|2||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (may 2024)|13|334511|1350|x|x|||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| offer Due Date Has Been Extended To 19 March 2025 this Solicitation Is Issued Pursuant To Emergency Acquisition Flexiblities (eaf). a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Darian.m.holley.civ@us.navy.mil. b. General Requirements: Mil-std Packaging, Government Source Inspection Required. c. All Freight Is Fob Origin. d. This Rfq Is For A Buy/procurement. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. e. Only A Firm-fixed Price (ffp) Will Be Accepted. f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization. g. Your Quote Should Include The Following Information For Justification Purposes: - New Procurement Unit Price____________________ - Total Price _____________________ - Procurement Delivery Lead Time (ptat) _________________ Days - Award To Cage _______________ - Inspection & Acceptance Cage, If Not At Award To Cage _____________ - Cost Breakdown Requested, Including Profit Rate (if Feasible). - Quote Expiration Date _______________ (90 Days Minimum Is Requested). h. Important Traceability Notice: if You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide An Official Letter And/or Email From The Oem Confirming That Your Company Is An Authorized Distributor Of Their Items. evaluation Factors: evaluation Utilizing Simplified Acquisition Procedures The Government Will Issue An Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And A Non-price Factors. The Following Factors Will Be Used To Evaluate quotations In Order Of Relative Importance: 1) Price. 2) Past Performance. The Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine The Following As Appropriate: Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, communications Between Contracting Parties, And Customer Satisfaction. 3) Supplier Performance Risk As Described In Dfars 252.204-7024. (end Of Provision) quotes Shall Be Received No Later Than The Date Specified In The Solicitation In Order To Be Considered. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cable Assembly,umbi . 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. 2.2 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 Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.3 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254). The Classified Documents And Security Level Are: ;requires A Dd254 For Dwg 5759651 Referenced In Dwg 5894184 Paragraph 3.2.1.2 ; drawing Data=2505827 |10001| K|fn |d|0001 | K|49998|0069956 drawing Data=5205453 |53711| R|fn |d|0001 | R|49998|0256761 drawing Data=5584944 |53711| K|fn |d|0001 | K|49998|0183263 drawing Data=5584944 |53711| K|fn |d|0002 | E|49998|0179735 drawing Data=5584944 |53711| K|fn |d|0003 | K|49998|0253556 drawing Data=5584944 |53711| K|fn |d|0004 | J|49998|0161381 drawing Data=5584944 |53711| K|fn |d|0005 | D|49998|0115012 drawing Data=5584944 |53711| K|fn |d|0006 | D|49998|0112414 drawing Data=5584944 |53711| K|fn |d|0007 | F|49998|0187899 drawing Data=5584944 |53711| K|fn |d|0008 | J|49998|0116711 drawing Data=5584944 |53711| K|fn |d|0009 | H|49998|0215144 drawing Data=5727490 |53711| Y|fn |d|0001 | Y|49998|0345813 drawing Data=5893798 |53711|af|fn |d|0001 |af|49998|0260503 drawing Data=5893798 |53711|af|pl |d|0001 |af|49998|0028067 drawing Data=5893798 |53711|af|pl |d|0002 |af|49998|0030754 drawing Data=5893798 |53711|af|pl |d|0003 |af|49998|0021461 drawing Data=5893799 |53711| E|fn |d|0001 | E|49998|0260362 drawing Data=5894122 |53711| C|fn |d|0001 | C|49998|0264830 drawing Data=5894184 |53711|c4|doc|d|0001 |c4|49998|1464946 drawing Data=5905703 |53711| D|fn |d|0001 | D|49998|0182911 drawing Data=5905703 |53711| D|fn |d|0002 | D|49998|0091495 drawing Data=5906555 |53711| G|fn |d|0001 | G|49998|0273323 drawing Data=6105311 |53711| D|fn |d|0001 | D|49998|0059804 drawing Data=6105312 |53711| D|fn |d|0001 | D|49998|0060032 drawing Data=6105313 |53711| F|fn |d|0001 | F|49998|0081939 drawing Data=6105314 |53711| E|fn |d|0001 | E|49998|0067116 drawing Data=6105315 |53711| E|fn |d|0001 | E|49998|0069468 drawing Data=6105316 |53711| F|fn |d|0001 | F|49998|0063173 drawing Data=6105317 |53711| D|fn |d|0001 | D|49998|0059789 drawing Data=6105318 |53711| D|fn |d|0001 | D|49998|0063558 drawing Data=6105319 |53711| E|fn |d|0001 | E|49998|0075736 drawing Data=6105320 |53711| E|fn |d|0001 | E|49998|0065444 drawing Data=6105321 |53711| F|fn |d|0001 | F|49998|0072768 drawing Data=6105322 |53711| E|fn |d|0001 | E|49998|0066748 drawing Data=6105323 |53711| C|fn |d|0001 | C|49998|0060916 drawing Data=6300526 |53711| N|fn |d|0001 | N|49998|0046326 drawing Data=6935198 |53711| C|doc|d|0001 | C|49998|1039605 drawing Data=757994 |10001| N|fn |d|0001 | N|49998|0058376 drawing Data=758023 |10001| H|fn |d|0001 | H|49998|0140618 document Ref Data=mil-std-129 | | |p |041029|a| |03| document Ref Data=iso9001 | | | |010417|a| | | document Ref Data=mil-std-973 | | | |950113|a| |03| 3. Requirements 3.1 Design, Manufacture, And Performance - Except As Modified Herein, the Cable Assembly,umbi Furnished Under This Contract/purchase Order Shall Meet The design, Manufacture, And Performance Requirements Specified On Drawing ;5893798; cage ;53711; . 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 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.) 3.3.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 3.5 First Article Approval (contractor Testing) - First Article Test (fat) And Approval Is Required. 3.6 Serialization - The Supplier Shall Mark A Serial Number On Each Cable Assembly,umbi In Accordance With ;iwa Dwg 5893798 Rev. "af" Note 9 obtain Serial Number From: commander Naval Undersea Warfare Center public Affairs Office 176 Howell St. newport, Ri, 02841-1708 send Request To Nuwc_npt_serialnumbers@navy.mil report Unused Serial Numbers To Nuwc_npt_serialnumbers@navy.mil transfer Of Unused Serial Numbers To Other Contracts Is Prohibited Unless authorized By The Navunseawarcendiv.; . Actual Serial Numbers Will Be Assigned ; . 3.7 Security Clearance Required - This Contract/purchase Order Requires The Contractor To Have A Government Security Clearance In Accordance With The Attached Contract Security Classification Specification (dd Form 254). 3.8 ;newvac Contracted Directly With The Usn In Keyport, Washingtonto Perform Tests Per Spec 5894184 With The Confident Spec5759651. Newvac Already Has Approval At Their Expense For Twoopen Contracts Sprmm1-19-c-pa02 & Sprmm1-19-p-pd91. Newvac Doesn't require A Dd254 For Rfq N00104-23-q-xb69. ; 3.9 ;iaw Dwg 5894184 Rev C4. paragraph 3.2.3 Environmental the Type Ii Interface Cable Assemblies Shall Be Capable Of Withstanding Thefollowing Environmental Conditions: 3.2.3.1 Shock. - Paragraphs 3.2.3.1.1 Through 3.2.3.1.3 3.2.3.2 Vibration. - Paragraphs 3.2.3.2.1 Through 3.2.3.2.3 3.2.3.3 Temperature And Humidity. 3.2.3.4 Low Temperature. - Paragraphs 3.2.3.4.1 And 3.2.3.4.2 3.2.3.5 High Temperature. - Paragraphs 3.2.3.5.1 And 3.2.3.5.2 3.2.3.6 Service Life, Operating.; 3.10 ;this 5w5 Cable Assembly Is Defined As Consisting Of A Multiconductor Cable With A Housing Assembly (the Cable Seal Body) As Shown On Dwg 5893798.; 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 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 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. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies. 4.5 First Article Test/inspection (contractor) - The Contractor Shall Conduct ;critical Item Production Fabrication Specification Drawing 5894184 Rev C4.; first Article Test/inspection On ;2 ; Unit(s) In Accordance With Requirements ;paragraph 3.1 Thru 3.2.1.2 ; . 4.6 Production Lot Test (contractor) - The Contractor Shall Perform 100% Production Testing In Accordance With ;test Shall Be Performed In Accordance With Drawing 5894184 Rev C4 paragraph 3.4.1; . 4.7 Quality Conformance Inspection - The Contractor Is Responsible For Conducting A Quality Conformance Inspection In Accordance With ;iaw Dwg 5894184 Rev. C4 Documentation ; , Paragraph ;paragraph 4.2.1.3 Documentation ; And Preparing An Inspection Report In Accordance With The Contract Data Requirements List, Dd Form 1423. 4.8 Production Lot Test (contractor) - The Contractor Shall Perform Production Lot Testing In Accordance With ;iaw Dwg 5894184 Rev C4. paragraphs 3.4.1, 3.4.2, 4.2.1.1 And 4.2.1.2; . 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. date Of First Submission=030 Dac ;certificate Of Quality Compliance (coqc). certificates Of Quality Compliance For The Following Cableassembly Requirements Shall Be Delivered To The Governmentvia Contract Data Requirements List (cdrl). preproduction Sample Quality Conformance Inspection Andtest Data. production Quality Conformance Inspection And Test Data. periodic Sample Quality Conformance Inspection And Testdata. certificates Of Quality Compliance For The Followingsource Control And Vendor Item Controlled Cable Assemblycomponents Shall Be Delivered To The Government Viacontract Data Requirements List (cdrl). connector, Receptacle High Pressure, Underwater(pn 5727490-1, -2, -11) Contact Assy, #20 (pn 757994) copies Of The Certificate Of Quality Compliance Cdrlsshall Be Delivered To The Engineering Support Activity,nuwc Newport: nwpt.nuwc_8554_qapcdrl@navy.mil james.c.ferguson1.civ@us.navy.mil richard.d.penfold2.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil recommend A Post Award Conference Be Conducted Withthe Contractor/supplier To Review The Item Key Features.the Government Engineering Support Activity,nuwc Newport, Would Like To Participate In Theconference If One Is Scheduled. ; date Of First Submission=030 Dac ;copies Of The Certificate Of Quality Compliance Cdrlsshall Be Delivered To The Engineering Support Activity,nuwc Newport: nwpt.nuwc_8554_qapcdrl@navy.mil james.c.ferguson1.civ@us.navy.mil richard.d.penfold2.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil recommend A Post Award Conference Be Conducted Withthe Contractor/supplier To Review The Item Key Features.the Government Engineering Support Activity,nuwc Newport, Would Like To Participate In Theconference If One Is Scheduled. ; date Of First Submission=asreq ;pocs: nwpt.nuwc_8554_qapcdrl@navy.mil james.c.ferguson1.civ@us.navy.mil richard.d.penfold2.civ@us.navy.mil patrick.r.faerber.civ@us.navy.mil ;

DEPT OF THE AIR FORCE USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date20 Apr 2025
Tender AmountRefer Documents 
Details: Amendment 0002 Is To Extend The Proposal Due Date To 20 April 2025. amendment 0001 Is Added To Correct Clauses, Correct Best Estimated Quantity On Clin 2035, Correct Clins X007-x008 And X012-x040 To Show Best Estimated Quantity, And Attach Revised Performance Work Statement Dated 5 Feb 2025. this Request For Proposal (rfp) Is To Establish A Follow-on Sole Source Contract To Provide New Production Requirements And Contractor Logistics Services (cls) Required To Sustain The Common Munitions Bit/reprogramming Equipment (cmbre) Systems To Include The Capability To Repair Cmbre Systems, Provide Consumable Production, Parts Production, Sustaining Engineering, Program Management, And Maintain Cyber Security Requirements. The Contractor Shall Furnish All Material, Support Equipment, Tools, Test Equipment, And Services. The Contractor Will Be Responsible For Providing, Maintaining, And Calibrating All Support Equipment At Their Facility Or A Subcontractor’s Facility. Contractor Furnished Material Or Parts Used For Replacement Shall Equal Or Exceed The Quality Of The Original Material Or Parts. The Cmbre System Consists Of The Cmbre Plus (nsns 6625-01-535-4586 And 6625-01-654-1986) Along With Adapter Units (adus) And All Associated Cables. Specifically, The Cmbre Plus Consists Of Three Cables: Test Adapter Unit (tau) Case, Controller Unit Test Case, And The Cmbre Accessory Kit Case. in Addition, The Adu-891 Consists Of Two Cases: One Case Houses A Switchbox And Munitions Unique Interface Cable, And The Other Case Holds The Remaining Munitions Unique Interface Cables. The Adu-890 Is A Single Case Containing A Switchbox And Munitions Unique Interface Cable. The Cmbre Systems Are Used In Weapons Build-up Areas By The United States Air Force (usaf), United States Navy (usn), And Numerous Foreign Military Forces. All Cmbre Interface Test Adapters (ita), Initial Spare Kits, Adu-891 Conversion Kits, And All Associated Cables Will Be Covered Under This Strategic Contract. for The Production Portion Of The Contract, The Supplier Must Provide The Following: Adu-890/e (nsn 6625-01-533-0798), Adu-891(v)1/e (nsn 6625-01-543-8090), Adu-891(v)3/e (nsn 6625-01-561-0677), Adu-891a(v)2/e (nsn 6625-01-638-6914), Cmbre Initial Spares Kits, And Assorted Items Belonging To The Cmbre Configuration. for The Contractor Logistics Support (cls) Service Portion Of The Contract, The Supplier Must Provide Program Management, Technical Support, Depot Level Repair, Engineering Services For Obsolescence Mitigation, Meet And Assist With Cybersecurity Of The Cmbre System, And As-needed And Per Government Request, Development And Implementation Of Fms Familiarization & Fault Isolation Courses. this Indefinite Delivery, Requirements Type Contract Will Include A Basic Twelve (12) Month Period Of Performance With Four (4) Twelve Month Option Periods. Per Far Clause 52.217-8, Option To Extend Services Against Applicable Orders Will Also Be Included. Quantities Are Based On Best Estimated Quantities (beq). destination And Delivery Requirements Are To Be Determined (tbd) And Will Be Cited With The Issuance Of Individual Task/delivery Orders. solicitation Documents Will Be Posted To Sam.gov Website. Electronic Procedure Will Be Used For This Solicitation At Sam.gov. No Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out. this Is A Sole Source Requirement Per Far 6.302-1. Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. This Requirement Will Be Purchased From Northrop Grumman Systems Corporation (ngsc), Cage: 1ltu5. Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By The Agency. The Government Does Not Own The Data For These Items. No Technical Data Is Available. No Foreign Contractors Shall Be Permitted To Participate At The Prime Contractor Level And No Awards Shall Be Made To Foreign Contractors.

Public Health Engineering Department - PHED Tender

Works
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
India
Closing Soon5 Mar 2025
Tender AmountINR 13.2 Million (USD 152 K)
Description: Construction, Testing And Commissioning Of R.c.c. Elevated Service Reservoir Of 01 Nos 40kl & 12m Staging Including Providing And Fixing Of Ci Double Flange Pipe, Double Flange Specials & Di Double Flange Soft Seated Sluice Valve Including Construction Of Suitable R.c.c. Valve Chamber. And Gi Steel Structure Of 4 Nos 10k.l. 12m Staging. & Providing, Laying, Jointing, Interconnection, Testing And Commissioning Of 63 Mm Dia To 90 Mm Hdpe Pe-100 , Pn-6 Pipe & 90 Mm Dia To 110 Mm Dia Upvc Class 6/10 Kg/sqcm With Suitable Joints & 50mm To 100 Mm Dia Gi Pipe, Valve Specials And All Fittings Including All Allied Civil Works, Supplying & Installation Of Energy Efficiant Five Star Bee Rating Isi Marked Required Capacity Single And Three Phase, 50 Hz, 220v, Deep Well Submersible Pump Stainless Steel Body, Suitable For 4"/6" Tube Well With Contral Panel Starter Suitable For Submersible Pump With Dry Run Protection, Connections, Including Clamps, Bore Cap Etc. As Required As Per Specifications But Excluding Pipe, Ss/nylon Wire Rope And Connection Cable Including Verification Of Tubewell Yield & Electric Connection From Cseb, Construction Of Rcc Structure Brick Masonry 6 Nos- Brick Masonry Switch Room Of Size 1.50*1.50*2.50 Mtr & Construction Of Boundry Wall Near Oht Providing 215 Nos Functional Household Tap Connection(f.h.t.c) In Individual Households Etc. Complete With Trial Run Operation & Maintanance For 06 Months Under Retrofitting Of Piped Water Supply Scheme Under Jal Jeevan Mission For Village-kuniya, Block- Mainpath .district – Surguja (c.g.). Total Length-8946 Meter

Public Health Engineering Department - PHED Tender

Works
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
India
Closing Soon5 Mar 2025
Tender AmountINR 13.8 Million (USD 158.5 K)
Description: Construction, Testing And Commissioning Of R.c.c. Elevated Service Reservoir Of 01 Nos 40kl & 15m Staging And Remaining Work Of 3 Nos 40kl & 15m Staging Including Providing And Fixing Of Ci Double Flange Pipe, Double Flange Specials & Di Double Flange Soft Seated Sluice Valve Including Construction Of Suitable R.c.c. Valve Chamber & Providing, Laying, Jointing, Interconnection, Testing And Commissioning Of 63 Mm Dia To 90 Mm Hdpe Pe-100 , Pn-6 Pipe & 90 Mm Dia To 110 Mm Dia Upvc Class 6/10 Kg/sqcm With Suitable Joints & 50mm To 100 Mm Dia Gi Pipe, Valve Specials And All Fittings Including All Allied Civil Works, Supplying & Installation Of Energy Efficiant Five Star Bee Rating Isi Marked Required Capacity Single And Three Phase, 50 Hz, 220v, Deep Well Submersible Pump Stainless Steel Body, Suitable For 4"/6" Tube Well With Contral Panel Starter Suitable For Submersible Pump With Dry Run Protection, Connections, Including Clamps, Bore Cap Etc. As Required As Per Specifications But Excluding Pipe, Ss/nylon Wire Rope And Connection Cable Including Verification Of Tubewell Yield & Electric Connection From Cseb, Construction Of Rcc Structure Brick Masonry 2nos- Brick Masonry Switch Room Of Size 1.50*1.50*2.50 Mtr And 3 Nos Masonry Switch Room Of Size 2.50*2.50*3.00 Mtr & Construction Of Boundry Wall Near Oht Providing 270 Nos Functional Household Tap Connection(f.h.t.c) In Individual Households Etc. Complete With Trial Run Operation & Maintanance For 06 Months Under Retrofitting Of Piped Water Supply Scheme Under Jal Jeevan Mission For Village-aamatoli, Block- Sitapur .district – Surguja (c.g.). Total Length-2506 Meter

Public Health Engineering Department - PHED Tender

Works
Electronics Equipment...+3Civil And Construction, Water Storage And Supply, Electrical and Electronics
Corrigendum : Closing Date Modified
India
Closing Soon5 Mar 2025
Tender AmountINR 22.2 Million (USD 254.6 K)
Description: Construction, Testing And Commissioning Of R.c.c. Elevated Service Reservoir Of 03 Nos 40kl & 12m Staging Including Providing And Fixing Of Ci Double Flange Pipe, Double Flange Specials & Di Double Flange Soft Seated Sluice Valve Including Construction Of Suitable R.c.c. Valve Chamber. Installation Of Gi Steel Structure Overhead Tank Having 6 Nos 10 Kl 12 M Staging. & Providing, Laying, Jointing, Interconnection, Testing And Commissioning Of 63 Mm Dia To 90 Mm Hdpe Pe-100 , Pn-6 Pipe & 90 Mm Dia To 110 Mm Dia Upvc Class 6/10 Kg/sqcm With Suitable Joints & 50mm To 100 Mm Dia Gi Pipe, Valve Specials And All Fittings Including All Allied Civil Works, Supplying & Installation Of Energy Efficiant Five Star Bee Rating Isi Marked Required Capacity Single And Three Phase, 50 Hz, 220v, Deep Well Submersible Pump Stainless Steel Body, Suitable For 4"/6" Tube Well With Control Panel Starter Suitable For Submersible Pump With Dry Run Protection, Connections, Including Clamps, Bore Cap Etc. As Required As Per Specifications But Excluding Pipe, Ss/nylon Wire Rope And Connection Cable Including Verification Of Tubewell Yield & Electric Connection From Cseb, Construction Of Rcc Structure Brick Masonry 10 Nos- Brick Masonry Switch Room Of Size 1.50*1.50*2.50 Mtr & Construction Of Boundry Wall Near Oht Providing 322 Nos Functional Household Tap Connection(f.h.t.c) In Individual Households, Clorinator And Clorinator Room Etc. Complete With Trial Run Operation & Maintanance For 06 Months Under Piped Water Supply Scheme Under Jal Jeevan Mission For Village-kudaridih, Block- Mainpath .district – Surguja (c.g.). Total Length- 7976 Meter

Centre For Development Of Advanced Computing Tender

Goods
Electrical Goods and Equipments...+1Electrical and Electronics
GEM
Corrigendum : Corrigendum Added
India
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Description: CATEGORY: 44 OU Rack along with Bus Bars, PDU, IEC Socket and Cu Cable and Server mounting bracket and other accessories , Module Mounting Assembly - Chassis , Rectifier Modules with selected rectifier rating. , Any other items,components etc. , Installation, Commissioning, Testing, other charges etc. if any
4651-4660 of 5075 active Tenders