Cable Tenders
Cable Tenders
Indian Institute Of Technology - IIT Tender
Furnitures and Fixtures
GEM
India
Closing Date11 Jan 2025
Tender AmountINR 678.8 K (USD 7.9 K)
Description: BOQ ITEMS: Procurement of Seat Cover for Europeon water closet (Parryware) wall mount, model no.E8299,CASCADE NXT WALL -HUNG TOILETS in lime colour of size 545mm X365mm X 375mm.(Parryware), Push cock External set (FLV-1093N)Plate ,pushing button cp fitting(JAQUAR), Push cock stopper pin (40mm dia) modal no. (FLV-1093N)(JAQUAR), Fitting Screws for Towel rail 600mm long modal no.(CAN-1111SM) (JAQUAR), Lift lever for Pillar cock modal no (FLR-CHR-5015)(JAQUAR), Wall mixer NRV (Modal no. FLR-CHR-5273-UPR) (JAQUAR), Procurement of Single lever exposed parts kit of Diverter consisting of operating lever,wall flange(With seals)&Button.(for Jaquar make ,Modal no.FUS-29065NK), Procurement of 600x450 mm beveled edge mirror of superior glass (of approved quality) with 4 nos studs holes and studs. (Saint Gobain), Bottle Trap 32MM Size (ALD-CHR-769L300X190) (JAQUAR), Urinal spreader (PRS-077) (JAQUAR), Shower flower head (OHS-1989)(JAQUAR), FLR-CHR-29065-Flange (JAQUAR), FLR-CHR-29065-Washer(s)-Botton assembly (JAQUAR), FLR-CHR-29065-Bush (JAQUAR), FLR-CHR-29065-Washer-Flange(Big) (JAQUAR), FLR-CHR-29065-Botton DIV (JAQUAR), FLR-CHR-29065-Handle-DIV(JAQUAR), FLR-CHR-29065-Catridge-G40-NSF61/9-6495 (JAQUAR), FLR-CHR-29065-Scew-Grub (JAQUAR), FLR-CHR-29065-Button Assy (JAQUAR), FLR-CHR-29065-Sleeve( JAQUAR), FLR-CHR-29065-Katori (JAQUAR), Bath Spout-FLR-SPJ-CHR-5429G (JAQUAR), Wall mixer Central handle (FLR-CHR-5273-UPR) (JAQUAR), CERA Campbell Plus Plastic Slim Soft Close Seat Cover Ivory for EWC Toilet Seat, B1520184 (CERA ), CERA Campbell Plus Plastic Slim Soft Close Seat Cover Brackets Ivory for EWC Toilet Seat, B1520184(CERA ), Gun metal Brass foot valve 50mm , diverter catridge (FLR-5421N) (JAQUAR ), Wall mixer spindle (FLR-CHR-5273-UPR)(JAQUAR ), Urinal push cock spindle (PRS-077)(JAQUAR ), Tap spindle brass with CP Coated (Seico-No-4) (Seico ), Procurement of Europeon water closet (CERA make) wall mount, CARAT Cat no.S1043101 of size 500mm X360mm X 350mm. (CERA), EWC (Hindware) Crystal-20047 Ceramic wall mounted closet(600x360x400mm)(HINDWARE ), CERA Wall hung ivory wash basin without pedestal CRUSE S2040111(CERA), Hindware Under counter Ceramic wash basin Zen(56x45cm) Counter Top(Star White) MODEL.Hindware-Zen -10049 (HINDWARE) , CERA-Chevron B1110101, Frame for cistern B1130101, Flush Plate - B1120102 500X90X460,Connection pipe-6inch-Siphon set,Angle cock (CERA), Hindware-60005-Urinal (HINDWARE), Hindware washbasin-10091 with half pedastal (HINDWARE), SS Rag bolts set-12mm , Mild steel Blind flanges MS Flange-75mm , Mild steel Blind flanges MS Flange-65mm, GI Nipple 40mm-length 4inch, GI Nipple 32mm-length 4inch, 12mmX4inch SS Nut&Bolts with double washers , 12mmX6inch SS Nut&Bolts with double washers , 12mmX8inch SS Nut&Bolts with double washers, 220/250 Volts IP68 water tank Float switch sensor for water level controller with 3Mtr cable wire select No/nc water Tank Auto cut off with switch (Aira )
Ministry Of Defence Tender
GEM
India
Closing Date1 Feb 2025
Tender AmountRefer Documents
Description: CATEGORY: FRLS insulated with stranded copper conductor single core
unsheathed 1100 Volt 1 point 5 Sqmm , Wire FRLS insulated
with stranded copper conductor single core unsheathed
1100 Volt 2 point 5 Sqmm , MCB 10KA rep cap B series 230
volt grade 50 Hz 6 Amp Single Pole , MCB 10KA rep cap B
series 230 volt grade 50 Hz 16 Amp Single Pole , Isolator
double pole 63 Amp , Insulation tape 25mm width of 9 mtr
long , Factory made sheet distribution board 12 way , PVC
insulated and PVC over all sheathed aluminium conductor
cable unarmoured twin core flat 16 Sqm , 18 watt LED bulb ,
Ceiling rose with three terminals with ISI mark 230 Volts
grade , Exhaust fan 305 mm sweep , Ceramic IWC white
colour with entire accessories as per good engineering
practice with 10 ltr , Vitreous china ceramic EWC white
colour with seat cover PVC with 10 ltr , PVC S Trap for IWC
by EWC , PVC pipe 110mm dia , PVC 110mm dia Tee , PVC
110mm dia Socket , PVC 110mm dia Elbow , Ceramic Wash
Hand Basin 630 x 450mm pedestal type , PVC pipe 75mm
dia , PVC 75mm dia Tee , PVC 75mm dia Socket , PVC
75mm dia Elbow , PVC inspection chamber size
308x308x214 mm , PVC SWR vent cowl 75 mm dia with
wire mesh , Vitreous china urinals half stall of size of
560x430x820mm white colour with coupling waste pipe , CP
Grating with hole for waste pipe , CP Grating without hole ,
PVC Floor trap 75mm dia , Wash Hand Basin shelf of PVC
wall mount , Hot and cold long neck mixture for wash hand
basin centre hole type cast copper alloy , Bib cock CP long
neck 15mm bore fancy type , CP Angular Stop cock with
wall flange brass CP screwed down , CP normal Stop cock
screwed down high pressure, screwed both ends , PVC
stainless steel pipe 15mm dia 450mm long ISI mark , Corner
shelf of PVC wall mount wide 250mm , CP Towel Rail
600mm long 20mm dia , Chromium plated CP soap dish ISI
Mark , Decorative Looking Mirror 600mm x 450mm with
suitable PVC frame , Wall Peg set size 300mmx30mmx1
point 5mm with 4 Nos Peg and plastic tip , White Cement 1
Kg bag , Teflon Tape , 12 mm frosted glass with fitting
arrangement for urinal partition , PPR Pipe PN 20 by SDR 6 3
layer with 25mm dia , PPR Pipe PN 20 by SDR 6 3 layer with
16mm dia , PPR Tank connector 25mm dia , PPR Gate valve
connector 25mm dia , PPR Elbow 90 degree plane 25mm dia
, PPR Elbow 90 degree plane 16mm dia , PPR Tee reducer
25 16mm dia , PPR reducer 25 16mm dia , PPR Union outer
dia 16mm dia , PPR Union outer dia 25mm dia , PPR Wall
Clamp dia 16mmdia , PPR Wall Clamp dia 25mm dia , PPR
Socket 16mm dia , PPR Plug dia 25mm dia , PPR Plug dia
16mm dia , PPR Threaded Elbow 16mm dia , PPR Female
Threaded Socket 16mm dia , PPR Female Threaded Socket
25mm dia , Insulation for 25 mm dia PPR pipe , Insulation
for 16 mm dia PPR pipe , Adhesive solution SR 998 , PPR
Tee 16mm , PPR Tee 25mm
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Description: Contact Information|4|n97113d|faa|717-605-2172|jennifer.l.henr73.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
special Shipping And Marking Instructions|6|x For Nuk00820013032a||x For Nuk00820013032a||||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@us.navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (may 2024)|13|336415|1,250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
government Source Inspection Per Far 52.246-2 Is Required.
delivery_______90________days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methodsuch As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Patch Cable,tubing .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Patch Cable,tubing Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;for P/n Gif625-customcage 0lw43; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Spcc Contracting Officer Has Been Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer
will Be Acceptable For Government Evaluation. When Notifying The Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not
effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
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 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.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine
if The Item Meets The Minimum Requirements Of This Contract/purchase Order.
p/n: Gif625-custom Fiber Type; Multimode (mm) Fiber: Gif625 (0.27 Na;
800-1600nm; 62.5umcore Tubing: Ft030 (orange Reinforced 03mm Furcation Tubing) Connector 1: Sma Connector 2: Fc/pc Length: 1 Meter
\
Philippine National Oil Company - PNOC Tender
Others
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 180 K (USD 3 K)
Details: Description I. Scope Of Work: To Supply Skilled Labor/manpower, Supervising Personnel, Provision Of Test Instruments, Proper Tools And Equipment’s Including Other Associated Services Necessary For The Maintenance Of 2 Units Passengers Elevators Of Pnoc Building 5. Ii. Labor Requirements: - Project Supervised By A Mechanical Engineer. - Skilled Elevator Technicians. - Bidder Must Have At-least Five (5) Years Of Experience In Handling Maintenance And Contracting Elevator Projects. - Bidder Should Provide A Similar Completed Contract At-least 50% Of The Total Contract Cost Of The Projects For The Last Five (5) Years. Passenger Elevator Units Make : Fuji Global Ltd. Brand : Fuji Type : Passenger Elevator Capacity : 1,000 Kg. Drive : Variable Voltage Variable Frequency Number : 2 Units Stops : 6 Stops Control : Microprocessor A. The Contractor Shall Undertake The Supply Of Manpower & Equipment For The Maintenance Of The Passenger Elevators At The Pnoc Building 5, As Follows: 1. Monthly And Systematic Inspection Of The Units, To Include Passenger Cars, Doors, Locks, Brakes, Rails, Cables, Ropes, Safety Appliance And Other Devices. Service Reports Will Be Submitted To The Company After Each Regular Service. 2. Conduct Necessary Repairs/troubleshooting/adjustment As A Result Of The Inspection. 3. Conduct Cleaning And Maintenance Work, Cleaning Of Car Pits, Control Panels, Oiling, Lubrication, Re-tightening And Adjustment As Scheduled. 4. Provide Maintenance Personnel And Assistance In Case Of Emergency Or Upon Request Of The Company. 5. To Send, At Company’s Request, During The Contractor’s Regular Working Hours, One Or More Of Its Personnel To Attend To, Investigate And Report On Any Breakdown Or Faulty Operation Of The Units Within 30-45 Minutes In Emergency Cases And Within 4 Hours In Case Of Ordinary Breakdown. 6. Submit Status Report Or Service Report On The Condition Of The Units Within 24 Hours After Investigation. 7. Submit Recommendation For Repairs And/or Replacement Of Parts If Any. Coordinate And Inform Client And Maintenance Personnel Regarding Troubles Ascertained And Parts To Be Replaced. 8. Issue The Necessary Documents Attesting To The Safety And Reliability Of The Units And In Acquiring The Necessary Permits. 9. Supply Necessary Topping-up Oils, Grease, Rope Preservatives, Etc. 10. Attend And/or Carry Out Inspections And/or Tests For Compliance With Government Safety Codes, Rules And Regulation, Or Carry Out Repair Or Replacement Of Any Portion Of The Installation As A Consequence Of Any Such Inspection Or Test. B. The Contractor Shall Supply And Perform The Following Services Subject To Payment Of Extra Charges By The Company: 1. Supply Labor And/or Materials, Replacement Oils Or Replacement Parts For The Repair Of The Installation, Except For The Following Which Shall Be Supplied Free Of Charge. 1. Grease ( Except Major Repair ) 2. Cotton Waste 3. Sand Paper 4. Oil ( Except Gas Oil ) 5. Rope Lubricant Wire For Minor Repair 6. Electrical Wire For Minor Repair 7. Cable Tie For Minor Repair 8. Rope Anti-twist And Clips 9. Screws And Bolts For Minor Repair 10. Contact Cleaner 2. Carry Out Any Alteration Or Addition To The Installation As May Be Required By Any Statutory Authority, Or By Reason Of Introduction Of Any New Or Varied Regulation, Case, Act, Law Or The Like That Are Applicable To The Elevators. Iii. Completion Of Work: • Work Shall Be Accomplished On A Contract Of Regular Monthly Basis. • Agreement Shall Be For A Period Of Twelve (12) Months. • Agreement Shall Commence Reckoned From The Date Of Notice To Proceed. Note: Delays Due To Work Stoppage Ordered By Gsd Shall Not Be Counted Against The Set Completion Date. Iv. Warranty Provisions: Equipment Warranty: - One (1) Year On Materials, Parts/components And Workmanship From Date Of Acceptance. At Any Time Within The Period Of Guarantee And Upon Notification, The Contractor Shall Repair And/or Rectify All The Deficiencies, Including Replacement Of Parts At The Sole Option Of Pnoc.
City Of Cape Town Tender
Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gh12500494 Title Clamp;lv;service Strain;airdac;10-16mm² Description 1,200 Each X Clamp;lv;service Strain;airdac;10-16mm² Specification* Clamp - Voltage: Low Voltage; Type: Service Strain; Conductor Type Used On: Airdac; Cable Cross-sectional Area: 10-16mm²; Material: Uv Resistant Themoplastic Body And Wedge With Stainless Steel Wire Bail Minimum Failing Load 1.5kn;standard: Nrs 018-4/ Sans 50483-3; Guideline:wherever Reference Is Made To Any Particular Trade Mark,name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". **********please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Made Non-responsive.********** *****nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation.***** Delivery Date2025/03/11 Delivery Tologistics-wynberg Store Material Store / Ph: 763 5700 Delivery Address1 Rosmead Avenue, Wynberg Contact Persongraham Southgate Telephone Number0217635700 Cell Number Closing Date2025/01/24 Closing Time12:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressmonja.davids@capetown.gov.za Buyer Detailsm. Davids Buyer Phone0214006752 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities: Civil, Hardware, Electrical. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
City Of Cape Town Tender
Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Closing Date23 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gj12500486 Title Ferrule Split Weak Back Cu 120mm² Description 70 Each X Ferrule Split Weak Back Cu 120mm² Specification* Ferrule - Type Split Weak Back Material Tinned Copper Cable Size 120mm² Design Tinned Copper Weak Back Ferrule Length 56mm Wall Thickness 2.15mm (min) Jaw Width 20mm (before Use) Standards Sans61238-1 Brand Stone-stamcor Wf0070 Or Equivalent To Approval Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". ****please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Made Non-responsive**** *nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation.** Delivery Date2025/02/17 Delivery Tologistics-wynberg Store Material Store / Ph 763 5700 Delivery Address1 Rosmead Avenue, Wynberg Contact Persongraham Southgate Telephone Number0217635700 Cell Number Closing Date2025/01/23 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresssherani.basson@capetown.gov.za Buyer Detailss. Basson Buyer Phone0214009321 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Civil, Hardware, Electrical. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: The Dla Aviation Richmond Is Issuing This Source Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement: nsn: 6150-01-357-6183 nomenclature: Cable Assembly, Power solicitation: Spe4a6-25-r-0151 the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 334419. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By January 19, 2025 At 11:59pm Eastern Standard Time. All Responses Under This Sources Sought Notice Must Be Emailed To Patsy.bedford@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Patsy.bedford@dla.mil.
DEFENSE LOGISTICS AGENCY USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: This Is An Other Than Full And Open Solicitation. Only Vendors That Will Be Offering Manufacturer Jet Avion Corp (14236) P/n Wca00515ja And Safran Electrical Components Usa, Inc (05593) P/n Wca00515 Under Pr Number 1000195005 To Establish An Indefinite Quantity Contract (iqc). The Government Intends To Place A Firm-fixed Price, 5-year Base With No Option Long Term Contract nsn: 6150-01-432-4850; Cable Assembly, Spec; Critical Application Item; Export Control Requirements; No Surge Requirement; Naics 334419 this Item Has Technical Data Some Or All Of Which Is Subject To Export-control Of Either The International Traffic In Arms Regulations (itar) Or The Export Administration Regulations (ear), And Cannot Be Exported Without Prior Authorization From Either The Department Of State Or The Department Of Commerce. Export Includes Disclosure Of Technical Data To Foreign Persons And Nationals Whether Located In The United States Or Abroad. This Requirement Applies Equally To Foreign National Employees And U.s. Companies And Their Foreign Subsidiaries. Dfars 252.225-7048 Is Applicable To This Data. to Be Eligible For Award, Offerors And Any Sources Of Supply Proposed For Use Are Required To Have An Approved Jcp Certification And Have Been Approved By The Dla Controlling Authority To Access Export-controlled Data Managed By Dla. Dla Will Not Delay Award In Order For An Offeror Or Its Supplier To Apply For And Receive Approval By The Dla Controlling Authority To Access The Export-controlled Data. required Delivery Is 100 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) - 1620 Each. The Guaranteed Minimum Will Be Cited In The Solicitation. there Will Be A 2-year Base With One 3-year Option, For A Total Of Five Years. Terms Are Fob Origin And Inspection/acceptance Destination For Dla Direct. solicitation Scheduled Release Date Is Tentatively 6 January 2025. Electronic (dibbs) Proposals/quotes Are Acceptable. Proposals Are To Be Submitted To The Bid Custodian. A Copy Of The Solicitation Will Be Available Via The Bsm Internet Bid Board System (dibbs) Homepage (https://www.dibbs.bsm.dla.mil). 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.
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: This Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation, An Obligation Or Commitment By The Albuquerque Area Indian Health Service. This Notice Is Intended Strictly For Market Research To Determine If A 100% Set Aside For Indian Small Business Economic Enterprise Or If A 100% Set Aside For Small Business Concerns Can Fulfill The Requirements Set Forth In This Request For Information. this Is A Request For Information Only, Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification/socioeconomic Status (indian Small Business Economic Enterprise (isbee) Or Other Small Businesses Categories). the Albuquerque Area Indian Health Service Is Conducting A Market Survey To Help Determine The Availability Of The Following Service: naics Code: 339112 description: Surgical And Medical Instrument Manufacturing trophon2 Automated Ultrasound Probe High-level Disinfection Unit Qty: 01,(far 52.211-6 Brand Name Or Equal) printer Usb Cable Qty: 01, annual Preventive Maintenance Plan Qty: 04, the Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Whether A Set-aside Is Appropriate. A Solicitation Is Not Currently Available. If A Solicitation Is Issued, It Will Be Announced On Federal Business Opportunities Website, Http://www.sam.gov, At A Later Date, And All Interested Parties Must Respond To The Solicitation Announcement Separately From The Responses To This Announcement In Order To Be Considered. interested Parties Are Required To Submit: if Your Business Can Provide This Type Of Service, Submit A Capability Statement - Include Company Name, Address, Point Of Contact, Unique Entity Number, Size Of Business Pursuant To North American Industrial Classification System (naics). summary Of Relevant Performance History (with Points Of Contact And Applicable Telephone Numbers, Addresses And Email Addresses, If Available). interested Parties Are Required To Be Registered And Certified In The System For Award Management (sam), Https://www.sam.gov. what Is Your Socioeconomic Status-is Your Business An Indian Small Business Economic Enterprise (isbee)? Is Your Firm A Veteran Owned Small Business? A Certified Service-disabled Veteran Owned? Is Your Firm A Woman-owned Business? Is Your Business A Small Business? complete Indian Economic Enterprise Representation Form. submit All Information To Shannon Eldridge-shorty Via E-mail: Shannon.eldridge-shorty@ihs.gov; No Later Than January 07, 2025 By 03:00 Pm (mt).
Civil Service Commission Tender
Furnitures and Fixtures
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 133.7 K (USD 2.3 K)
Details: Description Annex A Civil Service Commission Constitution Hills, Batasang Pambansa Complex Diliman, Quezon City, Request For Quotation Rfq No. 2024-389 Np-svp Date: December 27, 2024 Company Name : Pr No./end-user: 2024-12-1910, 2024-12-1909, 2024-12-1908 (och) Address : Tel No. & Fax No. : Mobile No.. : Philgeps Reg. No. Tin No. Item No. Item & Description Qty Unit Yes No "remarks/bidders Specifications If Applicable, Write The Detailed Specifications In The Space Provided. Indicate Brand, Model And Country Of Origin." Unit Price Total Price Supply And Delivery Of Various Office Equipment For The Use Of Office Of The Chairperson (och) Dining Table, 180x90x75cm, White Porcelain Marble Dining Table, 180x90x75cm, White Porcelain Marble Dining Table, 180x90x75cm, White Porcelain Marble Dining Table, 180x90x75cm, White Porcelain Marble Dining Table, 180x90x75cm, White Porcelain Marble 1 Ink Tank Printer, A4 Printer Speed Up To 22 Ipm (black) 20 Ipm (color), Auto 2-sided (duplexp Printing, 50 Sheets Auto-document, Compatible With Brother Iprint&scam Mobile App, Wifi, Airprint, Mopria, Wifi Direct, Lan, Usb 2.0 1 Unit 2 Air Humidifier, 99.9% Antibacterial Efficiency Water Tank, 300ml/h Humidifying Capacity, 220v, 50hz, 28 Watts, 4.5l Capacity, 190x335mm Dimension 5 Set 3 Smart Television, 55-inch Qled Technology, Airslim Design, Real 4k Resolution, Dual Led, Adaptive Sound, Refresh Rate (60hz), Hdmi (3 Ports), With Usb Port, Wireless Lan Built-in (wi-fi) 1 Set 4 Full Motion Mount Television Bracket For 55" Screen, 55" Tv Screen Capacity, With Built-in Cable Management, Mounting Profile: 53mm - 464mm, +3 Degrees Level, Adjustment 1 Set Approved Budget For The Contract: Php133,700.00 Xxxxxxxxxx-nothing Follows-xxxxxxxxxx Renel Joanne G. Rocacurba Procurement Officer Printed Name/signature 931-7935; 931-7939; 931-8092 Loc. 508 Authorized Representative Of The Service Provider
7801-7810 of 8174 archived Tenders