Cable Tenders
Cable Tenders
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: The Unrestricted Solicitation Will Be Issued Under Pr Number 1000196147 To Establish An Indefinite Quantity Contract (iqc). Naics 334419
nsn: 5995-011164246, Cable Assembly, Special Purpose, Electrical; Critical; Higher Level; Critical Safety Item
approved Sources:
northrop Grumman Systems Corporation (26512) P/n 35302-176
northrop Grumman Systems Corporation (61174) P/n 35302-176
northrop Grumman Systems Corporation (70974) P/n 35302-176
kidde Technologies Inc. (73168) P/n 35302-176
northrop Grumman Technical Services, (59u82) P/n 35302-176
northrop Grumman Systems Corporation (79rg9) P/n 35302-176
leonardo Spa Helicopters Division (a0126) P/n 35302-176
required Delivery Is 186 Days. Stock Delivery Locations Will Be To Any Facility In The Continental United States As Cited On Each Delivery.
pricing Will Be Evaluated On The Estimated Annual Demand (ead) – 190 Each. The Guaranteed Minimum Will Be Cited In The Solicitation.
this Is A 5-year Base Period Without An Option. Fob Origin And Inspection/acceptance Origin For Dla Direct.
solicitation Scheduled Release Date Is Tentatively 31 Dec 2024. Electronic (dibbs) Proposals Are To Be Submitted In Accordance With Far 15.208 And Notify/cc The Acquisition Specialist. A Copy Of The Solicitation Will Be Available Via The Bsm Internet Bid Board System (dibbs) Homepage. Select "request For Proposal (rfp)" Under The Solicitations Heading. Then Choose The Rfp You Wish To Download. Rfps Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At Http://www.adobe.com. A Paper Copy Of This Solicitation Will Not Be Available To Requestors.
Closing Date31 Dec 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Details: Please Note – Nsns May Be Added To Any Subsequent Contract Per The Scope Of This Action. This Action’s Scope Is Listed Below. A Current Program Nsn Listing Is Attached To This Announcement.
this Annoucement Is Linked To The Project's Sources Sought. The Sources Sought Contains Additional Program Information And A Market Survey Questionnaire. Please Feel Free To Review The Sources Sought And Provide A Response To The Market Survery Questionnaire. Please Provide Any Market Survey Responses Or Questions To Bret Griffin (bret.griffin@dla.mil) Or Robert Harris (robert.harris@dla.mil).
the Jltvci Successor Project Will Be A 5 Year Multiple Award Contract(s) (mac) Supporting A Broad Range Of Joint Light Tactical Vehicles (jltv). The Proposed Contract Will Have An Ordering Period Of A Two-year Base Period, And Three (3) One-year Option Periods, Totaling Five (5) Potential Contract Years. Individual Orders Will Be Used To Supply The Items Within Scope Of This Contract.
scope
the Scope Of This Joint Light Tactical Vehicle Competitive Initiative (jltvci) Contract Includes Any Fully Competitive And/or Limited Source(s) Dod Or Dla Managed Product, Used By The Dod Or The Federal Government To Produce, Repair Or Replace Any Item, Or System, Used On These Joint Light Tactical Vehicles. The Weapon System Designator Codes (wsdcs) Within The Scope Of This Contract Include, But Are Not Limited To: Army J8a, And The Following Marine Wsdcs: O0m United States Marine Corps (usmc) General Purpose Truck, O1m Usmc Heavy Guns Carrier, O2m Usmc Close Combat Weapons Carrier, And O3m Usmc Truck Utility. The Federal Supply Classes (fsc) Covering These Items Include, But Are Not Limited To:
2010 Ship And Boat Propulsion Components
2510 Vehicular Cab, Body, And Frame Structural Components
2520 Vehicular Power Transmission Components
2530 Vehicular Brake, Steering, Axle, Wheel, And Track Components
2540 Vehicular Furniture And Accessories
2541 Weapons Systems Specific Vehicular Accessories
2590 Miscellaneous Vehicular Components
2805 Gasoline Reciprocating Engines
2815 Diesel Engines And Components
2910 Engine Fuel System Components, Nonaircraft
2920 Engine Electrical System Components, Nonaircraft
2930 Engine Cooling System Components, Nonaircraft
2940 Engine Air And Oil Filters, Strainers, And Cleaners, Nonaircraft
2990 Miscellaneous Engine Accessories, Nonaircraft
3020 Gears, Pulleys, Sprockets, And Transmission Chain
3030 Belting, Drive Belts, Fan Belts, And Accessories
3040 Miscellaneous Power Transmission Equipment
3110 Bearings, Antifriction, Unmounted
3120 Bearings, Plain, Unmounted
3950 Winches, Hoists, Cranes, And Derricks
3990 Miscellaneous Materials Handling Equipment
4010 Chain And Wire Rope
4130 Refrigeration And Air Conditioning Components
4210 Firefighting Equipment
4320 Power And Hand Pumps
4330 Centrifugals, Separators, And Pressure And Vacuum Filters
4710 Pipe, Tube And Rigid Tubing
4720 Hose And Flexible Tubing
4730 Hose, Pipe, Tube, Lubrication, And Railing Fittings
4810 Valves, Powered
4820 Valves, Nonpowered
4910 Motor Vehicle Maintenance And Repair Shop Specialized Equipment
5315 Nails, Machine Keys, And Pins
5325 Fastening Devices
5330 Packing And Gasket Materials
5340 Hardware, Commercial
5342 Hardware, Weapon System
5355 Knobs And Pointers
5365 Bushings, Rings, Shims, And Spacers
5430 Storage Tanks
5895 Miscellaneous Communication Equipment
5905 Resistor
5925 Circuit Breakers
5930 Switches
5935 Connectors, Electrical
5963 Electronic Modules
5970 Electrical Insulators And Insulating Materials
5985 Antennas, Waveguides, And Related Equipment
5995 Cable, Cord, And Wire Assemblies: Communication Equipment
5998 Electrical And Electronic Assemblies, Boards, Cards, And Associated Hardware
5999 Miscellaneous Electrical And Electronic Components
6150 Miscellaneous Electric Power And Distribution Equipment
6220 Electric Vehicular Lights And Fixtures
6350 Miscellaneous Alarm, Signal, And Security Detection Systems
6620 Engine Instruments
6625 Electrical And Electronic Properties Measuring And Testing Instruments
6650 Optical Instruments, Test Equipment, Components And Accessories
6680 Liquid And Gas Flow, Liquid Level, And Mechanical Motion Measuring Instruments
6685 Pressure, Temperature, And Humidity Measuring And Controlling Instruments
6695 Combination And Miscellaneous Instruments
7690 Miscellaneous Printed Matter
8145 Specialized Shipping And Storage Containers
the Project Currently Contains 7210 Nsns That May Be Ordered During The Period Of Performance.
items Are Continuously Being Cleared Technically, And Having Nsn Numbers Assigned To Them, So The List Of 7210 Potential Nsns Is Not The Entire List That May Be Added To This Procurement But Are Nsns That Are Known At This Time.
all Items Within The Scope Of The Solicitation Will Be Considered On The Contract And May Be Ordered During The Period Of Performance.
nsns Within The Scope May Be Added To This Initiative Or Any Resulting Contract At A Later Date. The Solicitation Will Include Dlad Procurement Note L27 – Addition And Deletion Of Items To Facilitate The Addition Of Any Future Nsns To This Initiative Or Any Resulting Contract(s).
this Solicitation May Be The Only Planned Opportunity That A Contractor Will Have To Submit A Proposal For Nsns That Fall Within The Scope Of This Solicitation.
all Responsible Sources May Submit An Offer/quote Which Shall Be Considered.
one Or More Of The Items Under This Acquisition May Be Subject To An Agreement On Government Procurement Approved And Implemented In The United States By The Trade Agreements Act Of 1979. All Offers Shall Be In The English Language And In U.s. Dollars. All Interested Suppliers May Submit An Offer.
the Solicitation Will Be Available On Dla’s Internet Bid Site (https://www.dibbs.bsm.dla.mil/rfp/) On Its Issue Date On Or About September 2, 2025.
the Small Business Size Standard Is _1000__ Employees.
drawings/specifications For Some Nsns Will Be Available Through The Dibbs Solicitation Link In The Synopsis On The Solicitation Issue Date.
specifications, Plans Or Drawings Are Not Available Are Not Avaialable For All Nsns.
the Total Duration Of This Action Shall Not Exceed 5 Years.
while Price May Be A Significant Factor In The Evaluation Of Offers, The Final Award Decision Will Be Based Upon A Combination Of Price, Delivery, Past Performance, And Other Evaluation Factors As Described In The Solicitation.
Closing Date1 Nov 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Purpose: The Army Contracting Command New Jersey (acc-nj), Picatinny Arsenal, Nj 07806-5000 Is Conducting A Market Survey On Behalf Of The Product Manager Artillery, Mortars, And Precision Systems (pdm Amps) To Identify Potential Sources For The Procurement And Delivery Ofm777 Digital Fire Control Hardware Listed In The Table Below. The Technical Documentation For This Procurement Is Distribution C. The Below Listed Tdp Documents May Be Provided Upon Request Following Receipt And Approval Of These Signed And Completed Documents: (1) Dd Form 2345 – Military Critical Technical Data Agreement; (2) Amsta-ar Form 1350 – Technical Data Request Questionnaire; And (3) A Non-disclosure Agreement (nda). Requests Shall Be Submitted To The Poc For This Opportunity.
government Part Number Part Name Qty
-13100941 Mission Computer 11 (msc-11) 1 Ea
-13010942 Chief Of Section Display 11 (csd-11) 1 Ea
-13107078 Cable Assembly, W112 1 Ea
-13107079 Cable Assembly, W114 1 Ea
-13107080 Cable Assembly, W116 1 Ea
description: This Sources Sought Is For Planning Purposes Only And Shall Not Be Construed As A Solicitation Or An Obligation On The Part Of Pdm-amps Or Acc-nj. The Contractor Shall Be Prepared To Procure And Deliver Up To Qty 800 Of Each Of The Components Listed In Table 1. The Msc11 And Csd11 Shall Be Iaw Performance Specification 13100941 Dated 19 July 2024 And Performance Specification 13100942 Dated 4 July 2024 Respectively. The W112, W114, And W116 Shall Be Iaw With The Drawing Numbers Listed In Table 1.
all Interested Vendors Are Requested To Provide:
statement Of Capability Describing The Vendor’s Capability To Provide The Items Which Shall Include Program And Configuration Management Plans.
rough Order Magnitude Schedule For Qualification Testing Iaw Performance Specifications If Not From A Government Approved Source
rough Order Magnitude Schedule To Provide Supplies/services Inclusive First Article Testing Which Shall Include Quality Assurance Plans
rough Order Magnitude Cost To Provide Supplies/services Which Shall Include Acceptance And Packaging Plans And Procedures.
this Is A Sources Sought Notice (ssn) Only And Should Not Be Construed As A Request For Proposal (rfp) Or Any Type Of Commitment By The United States Government. As Stated Above, Please Be Aware That The Government Will Not Pay For Any Information Submitted Under This Announcement. As A Result Of This Sources Sought Notice (ssn), A Request For Proposal (rfp) May Be Issued For M777 Digital Fire Control Hardware. Participation In This Sources Sought Notice (ssn) Is Completely Voluntary By The Vendor And As Such All Costs To Develop The Vendor’s Response Are To Be Borne By The Participating Vendor.
submissions Of Designs That Are Not Fully Compliant With All Requirements Are Also Encouraged So That Pdm Amps May Assess The Capabilities Of All Currently Available Sources. The Government Recognizes That Proprietary And/or Classified Data May Be A Part Of This Effort. If So, Clearly Mark Such Restricted/proprietary And Classified Data And Present Them As An Addendum To The Nonrestricted/non-proprietary And Unclassified Information.
all Interested Sources Are Encouraged To Submit Their Abilities/capabilities No Later Than (nlt) Monday, 17 March 2025 1700 Eastern. Interested Sources Shall Submit Their Responses And Inquiries Pertaining To This Announcement To The Following Poc(s) To: Daniel Rakauskas, Acc-nj-ic Bldg. 10, Picatinny Arsenal, Nj 07806-5000; Email: Daniel.s.rakauskas.civ@army.mil
electronic Submittals Are Required. No Hard Copy Or Facsimile Submissions Will Be Accepted.
Closing Date17 Mar 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
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.
Closing Date20 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Chemical Products...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
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
;
Closing Date19 Mar 2025
Tender AmountRefer Documents
West Central Railway - WCR Tender
Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Condemned And Overaged Loco Surplus To Railway. Loco No. 16526 (wdm3a) (with Separate Rectifier And Conventional Dbr, E- Beam Cable ) Complete Loco With All Accessories Having Approximate Copper 6589 Kg , Brass- 80 Kg, Al - 642 Kg, Insulation Rubber - 716 Kg, Ferrous- 87068 Kg (approximate Weight) Total Loco Wt. Without Supplies - 95094 Kg Approx. . Sse Lot No. Sse/d/et/24-25/34 Note - (1) Returnable Item - 06 Nos Of Wheel Set Assembly Including Bull Gear & Axle Box Should Be Returned To The Stock Holder At The Time Of Delivery. (2) Surplus Diesel Locomotives With The Age Cum Condition Basis More Than 15 Years Or Above As Per Rly. Board L.no. 2021/m(l)/466/12 Pt Dated 29.12.2022 (3) Loco No. 16526 (wdm3a) Is Made Condemned As Per Hq/jbp L.no. Wcr.m.d.04.712 Dated 27.02.2024 Remarks 1.lot To Be Sold On Number Basis 3. Handover May Be Allowed For Cutting And Easy Loading . 4. Lot To Be Bold As Is Where Is Basis.
Closing Date22 Mar 2025
Tender AmountRefer Documents
Public Health Engineering Department - PHED Tender
Works
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
India
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 6 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 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 5 Nos- Brick Masonry Switch Room Of Size 1.50*1.50*2.50 Mtr & Construction Of Boundry Wall Near Oht Providing 65 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-uranga, Block- Mainpath .district – Surguja (c.g.). Total Length- 3953meter
Closing Soon5 Mar 2025
Tender AmountINR 10.7 Million (USD 123.3 K)
Public Health Engineering Department - PHED Tender
Works
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
India
Description: Remaining Work Of Construction, Testing And Commissioning Of R.c.c. Elevated Service Reservoir Of 3 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 6 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 8 Nos- Brick Masonry Switch Room Of Size 1.50*1.50*2.50 Mtr & Switch Room Of Size 2.50*2.50*3.0 Mtr, Construction Of Boundry Wall Near Oht Providing 163 Nos Functional Household Tap Connection(f.h.t.c) In Individual Households Etc. Complete With Trial Run Operation & Maintanance For 06 Months Under Piped Water Supply Scheme Under Jal Jeevan Mission For Village-lurena, Block- Mainpath .district – Surguja (c.g.). Total Length-2502 Meter
Closing Soon5 Mar 2025
Tender AmountINR 16.6 Million (USD 190.4 K)
Public Health Engineering Department - PHED Tender
Works
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
India
Description: Construction, Testing And Commissioning Of Remaining Work Of R.c.c. Elevated Service Reservoir Of 04 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 6 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 And 4 Nos 2.50*2.50*3.00 Mtr & Construction Of Boundry Wall Near Oht Providing 114 Nos Functional Household Tap Connection(f.h.t.c) In Individual Households Etc. Complete With Trial Run Operation & Maintanance For 06 Months Under Piped Water Supply Scheme Under Jal Jeevan Mission For Village-nawapara, Block- Sitapur .district – Surguja (c.g.). Total Length-3066 Meter
Closing Soon5 Mar 2025
Tender AmountINR 17.3 Million (USD 198.4 K)
Public Health Engineering Department - PHED Tender
Works
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
India
Description: Remaining Work Of Construction, Testing And Commissioning Of R.c.c. Elevated Service Reservoir Of 05nos 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 6 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 And Switch Roomsize 2.50*2.50*3.00 & Construction Of Boundry Wall Near Oht Providing 166 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-bhithwa, Block- Sitapur .district – Surguja (c.g.). Total Length-4826 Meter
Closing Soon5 Mar 2025
Tender AmountINR 18.8 Million (USD 215.3 K)
4981-4990 of 5410 active Tenders