Cable Tenders

Cable Tenders

Police Department Tender

Goods
Automobiles and Auto Parts
GEM
Corrigendum : Corrigendum Added
India
Description: CATEGORY: Piston Standard 12111M63E60 , Piston Pin Standard 04 Nos 1215 30A0 , Piston Ring Standard 12140M63e60 , Connecting Rod 1216 0C00 , Crank Thrust Standard 12300 60840 , Main Bearing 0 to 10 12340M82000 , Big End Bearing 0 to 10 12181M82030 , Water Body Bolt No 10 0910 6066 , Oil Pump Assembly 1610 2A02 , Water Pump Assembly 1740 3010 , Valve Inlet 1291 1C00 , Valve Exhaust 1291 1C80 , Valve Oil Seal 12934M68K00 , Piston Pin Lock Snap Ring 0938 9001 , Came Oil Seal 1273 8L00 , Crank Main Oil Seal Rear 1134 5M00 , Crank Main Oil Seal Front 1273 8L00 , Cylinder Head Gasket 1114 6512 , Inlet Manifold Gasket 1311 3F00 , Oil Pump Gasket 1611 2030 , Cylinder Main Plate Gasket 1134 0A01 , Water Body pump Gasket 1743 0A20 , Timing Cover 1139 6A01 , Engine Foundation 1161 0020 , Oil Stainer 1652 3003 , Oil Stainer O Ring 0928 4009 , Hose Radiator Inlet Pipe 1755081A00 , Hose Radiator Outlet Pipe 1786081A00 , Radiator Hose Pipe Rubber Upper 1784 1A00 , Radiator Hose Pipe Rubber Lower 1785 1A00 , Hose Radiator Inlet pipe O Ring 09280M28008 , Radiator Assembly 1770 3113 , Thermostate Valve 176070M83F00 , Rear Axel cone 4348 3000 , Rear Wheel Cylinder Left and Right 5340 3301 3311 , Engine Sealing Tube Big , Front Wheel Oil Seal , Front tube Knuckle oil Seal Rubber 0928 0002 , Front wheel Grease Cup 4324 0001 , Front Brake Pipe Rubber Left and Right Side 5154 0110 , Back Light Glass , Dalla Rubber , M S Sheet 4x4x18 Guage , Beta Seal Tube U 418 , Door Glass Machine Right Side 8341 20 , Door Card Board , Door Stopper 8181 0100 , M S Flate 1 inchx1 Sutter 10 kg , Body Filler kg pack , Door Hinges 01 Set 6932 0110 6931 0110 , Door Rubber Beading 8465 0121 , Front Bumper Side Corner Left and right 7174 3302 , Bonnet Cable 8216 0011 , Silver Paint 200 gm , Dull Black Paint 500 gm , Paper Tape , Gear Box Tail Foundation 1171 0020 , Fuel Tank Assembly 8910 0A01 , Fuel Tank Rubber Hose 8924 3020
Closing DateCancelled
Tender AmountRefer Documents 

University Of The Philippines Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074.442.3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Supply And Delivery Of High Power Audio Conference System And Equipment For The Office Of The Chancellor Purchase Request Nos.: Oc-2025-01-0023 Approved Budget For The Contract: Php 266,288.40 Date: February 03, 2025 Rfq No.: 0041 Mop: Np - Small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Must Possess Documentary Requirements Such As Valid Business Permit, Philgeps Registration And Notarized Omnibus Sworn Statement (oss). These Shall Be Submitted During The Evaluation Of The Offer As Per Appendix A Of Annex H Of The Revised Irr Of Ra 9184. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate Shall Be Six (6) Months For For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Please Submit Through Email To Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0041 Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 1200h On February 07, 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: James Benedict E. Bagsic Mary Anne R. Rivera Staff, Spmo Head, Spmo Item No. General Description Compliance With Technical Specifications (please Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No 1 "supply And Delivery Of Conference Microphones And Its Components At The Chancellor's Board Room 24 Units Conference Microphone Unit (2 Units - Chairman, 22 Units - Delegates) 1 Unit Conference System Main Control Unit With Usb 1 Channel Compact Bluetooth Mixer With 8 Microphone/line 4 10 Meters Midi Cable 2 Sets Speaker And Speaker Stand 4 8-meter Xlr Male To Xlr- Female Connector Other Specifications : Warranty: 1-year Hardware Warranty Compatibility : The Devices Should Be Interoperable With Each Other Not Requiring Extra Cables/adaptors The Product Being Offered Should Be The Most Recent Or At Least A Higher-tier Version (specific Set Of Items Should Work In Compatibility Ensuring Seamless Interaction)" Lot 1 266,288.40 266,288.40 Specifications: "conference Microphone Unit (2 Units - Chairman, 22 Units - Delegates) Unidirectional Condenser Microphone Built-in 2w Speaker Volume Control Microphone On/off Buttons Light Indicators Must Be Same Brand With Control Unit Chairman And Delegate's Unit Inclusive Of 1 Meter Cable" "conference System Main Control Unit With Usb Record & Play Function Thru Usb Or Sd Card Equipt W/ 3 Groups + Capable Of Extension Group. For 20 Mic Units Each Group Output Level Led Indicator Line Volume For The Unit Source. Mic Volume For The External Mic Connection Master Volume Control The Mic Line Level Balanced Xlr Output Must Be Same Brand With Conference Microphone" "channel Compact Bluetooth Mixer With 8 Microphone/line 2 Stereo Input And 2 Aux Output, 3 Band Eq With Usb / Mp3 Function And 99 Dsp Effects | Mix Series • 12 Channel Input Compact Mixer • 8 Mic/line 2 Aux Stereo Input • Atleast 3 Band Eq • 24bit 99dsp Digital Effect • Mute And Solo Function • Phantom Power 48v • 2 Bus • Headphone And Foot Switch • 2 Aux Out • Bluetooth • Usb • Mp3 Function" "10 Meters Midi Cable 8 Pin Din Extension Cable For Wired Conference Microphone System Pvc Jacket Type : Male To Female Serviceable, All-metal Plugs For Rugged Durability And Ease Of Repair Connectors Compatible With The Audio System Length: 10 Meters" "speaker And Speaker Stand System Type: 2 Way Full Range Lf: 15"" Woofer Hf: 1.7"" Polymide Dome Tweeter Freq. Resp: Atleast 43hz- 20khz Power: 500w Impedance: Atleast 4 Ohms Amp. Power: 500w Class D Input Gain: Line: Atleast +20 Dbu/ Mic +40db Input Connector: Line(rca & Xlr Combo Jack) Output Connector: Line(xlr Loop Through Ac Input: 220v 50-60hz Sensitivity: 99db With Extendable Speaker Stand With At Least 186cm Max Adjustable Height, Lock Knob And 50kg Max Weight Capacity For Speakers" "8-meter Xlr Male To Xlr- Female Connector 3-pin Connectors 8 Meters Heavy-duty Metal Housing Dual Copper Outer Shields And Twin Conductive Pvc Inner Shields." ***please Indicate The Unit Price Of Each Item Included In The Lot. However, The Bid Lot Price Will Be Evaluated As One Lot. Contract Award: Per Lot Delivery Period: Within 30cd Upon Receipt Of Ntp **warranty Included *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item; Otherwise, Bidder May Provide A Counter-offer. Reminders: A. A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. B. Procuring Entities Already Maintaining An Updated File Of Any Of The Bidder’s Above-mentioned Requirements, Whether Through The Philgeps Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. -¤¤¤ Nothing Follows ¤¤¤- Total: 266,288.40 Bid Total: Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Date7 Feb 2025
Tender AmountPHP 266.2 K (USD 4.5 K)

DEPT OF THE NAVY USA Tender

Chemical Products...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n774.9|pfc|717-605-1339|darian.m.holley.civ@us.navy.mil| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil -i-45208| 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|335999|600|x|x|||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| the Offer Due Date Has Been Extended To February 03, 2025. Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ 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. h. 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 Power Supply , Part Of The ;ma217900-02.2.815(35181) Mhc051 Cl, Data Acq 2; . 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 "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. document Ref Data=mil-std-129 | | |r |180524|a| | | document Ref Data=mil-std-1686 | | |c |951025|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Power Supply Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;04971 1000370-001 35181 Ps197364-03; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129, Rev R, 24 May 2018; . 3.3 Workmanship - Workmanship For Electronic Equipment Shall Conform To The Following Criteria: Cleaning - After Fabrication, Parts And Assemblied Equipment Shall Be Cleaned Of Smudges, Loose, Spattered, Or Excess Solder, Weld Metal, Metal Chips And Mold Release Agents, Or Any Other Foreign Material Which Might Detract From The Intended Operation, function, Or Appearance Of The Equipment. Threaded Parts Or Devices - Screws, Nuts, And Bolts Shall Show No Cross Threading, Mutilation, Or Detrimental Or Hazardous Burrs, And Shall Be Firmly Secured. Bearing Assemblies - Bearing Assemblies Shall Be Free Of Rust, Discoloration, And Imperfections Of Ground, Honed, Or Lapped Surfaces. Conta Cting Surfaces Shall Be Free Of Tool Marks, Gauge Marks, Nicks, Or Other Surface-type Defects. There Shall Be No detrimental Interference, Binding, Or Galling. Wiring - Wires And Cables Shall Be Positioned Or Protected To Avoid Contact With Rough Or Irregular Surfaces And Sharp Edges And To Avoid Damage To Conductors Or Adjacent Parts. Shielding - Shielding On Wires And Cables Shall Be Secured In A Manner That Will Prevent It From Contacting Or Shorting Exposed Current-carrying Parts. The Ends Of The Shielding Or Braid Shall Be Secure To Prevent Fraying. Containment - The Harness And Cable Containment Means Shall Be Neat In Appearance And Uniformly Applied. The Containment Means (lacing, Ties, Tiedown Straps) Shall Not Cause The Wire Or Cable Insulation To Deform So That Performance Characteristics Are adversely Affected. Insulation - There Shall Be No Evidence Of Burns, Abrading, Or Pinch Marks In The Insulation That Could Cause Short Circuits Or Leakage. Clearance - The Clearance Between Wires Or Cables And Heat Generating Parts Shall Be Sufficient To Minimize Deterioration Of The Wires Or Cables. 3.4 Configuration Control In Accordance With Mil-std-973 Short Form Procedures - The Requirements Of Mil-std-973 Are Hereby Invoked In The Contract/purchase Order. The Tailoring Notes Stated In The Order Cited In Paragraph 6.2.1.3 Are Stated Below: A. Considered, Tailoring Implemented B. Automated Processing And Submittal Is Not Required. Interactive Access To Digital Data Is Not Required. C. Configuration Audits Are Not Required. D. Contractor's Configuration Management Plan Is Not Requried. E. Configuration Terminology Development Documentation Is Required. F. Only Paragraphs 5.3.3.2, 5.3.6.4, 5.3.6.7, 5.3.6.7.3 Are Required. G. Fcd Is Not Required. H. Acd And Pcd Is Not Required. I. Not Applicable (na) To This Contract/purchase Order. J. Na To This Contract/purchase Order. K. Na To This Contract/purchase Order. L. Paragraph 5.3.6 With The Exception Of Paragraph 5.3.6.5 And 5.3.6.7.1 Are Required. M. Paragraph 5.3.6.6 And 5.3.6.6.2 Are Required. N. Paragraph 5.3.6.6.1 Is Not Required Unless Specifically Cited Elsewhere In Section "c" Of This Contract/purchase Order. O. The Marking Requirement Is Stated Elsewhere In Section "c" Of This Contract/purchase Order. P. Interface Requirements Are As Specified On The Drawings Provided With This Contract/purchase Order Or The Primary Equipment Performance Mil-spec Or Std Cited In Section "c" Of This Contract/purchase Order. Q. Na To This Contract/purchase Order. R. All Class I Changes To Either A Government Owned Configuration Identification (ci) Or Baseline Configuration Shall Be Submitted To The Procurement Contracting Officer For Review And Subsequent Approval - Conditional Approval Or Disapproval. Ndi, Cots, And Pdi Items Previously Accepted By The Government Shall Be Submitted As Above. This Process Does Not Excuse The Contractor From Initially Offering To The Government An Item Which Meets The Minimum Technical And Operational Requirements Set Forth In This Contract/ Purchase Order. S. Preliminary Change Notices And Advance Change Study Notices Are Not Required. T. Na To This Contract/purchase Order. U. And V. Class Ii Engineering Change Proposal (ecp) May Be Carried Through Provided The Government Qar Reviews And Concurs With The Classification Review Which Resulted In The Ecp Being Classified As Class Ii. W. Paragraph 5.4.3 Is Required. X. Paragraph 5.4.4 Is Required. Y. Nors Are Not Required For This Contract/purchase Order. Z. Short Form Procedures Are Allowed. Aa. Paragraph 5.5.2 Is Not Required For This Contract/purchase Order. Ab. Paragraph 5.5.7 Is Not Required For This Contract/purchase Order. Ac. Paragraph 5.5.8 Is Not Required For This Contract/purchase Order. Ad. Paragraph 5.6.2 Is Not Required For This Contract/purchase Order. Ae. Paragarph 5.6.3 Is Not Required For This Contract/purchase Order. Af. Paragraph 5.4.2.2.3.2b Is Not Required For This Contract/purchase Order. 3.4.1 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. 3.5 Electrostatic Discharge Control - The Contractor Shall Comply With The Electrostatic Discharge Control Requirements Established In Mil-std-1686. 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. 4.4 Visual, Dimensional, Mechanical Examination - Each Power Supply Shall Be 100% Inspected In Accordance With ;the Manufacturer's Eastablished Test/inspection Procedures; . 4.5 Electrical Performance Test - Each Power Supply Shall Be 100% Tested In Accordance With ;the Manufacturer's Established Test/inspection Procedures; . 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 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Closing Date3 Feb 2025
Tender AmountRefer Documents 

Cebu Technological University Tender

Publishing and Printing
Philippines
Details: Description 5 Bondpaper (long) 8.5 X 13 70 Gsmsubs. 20 6 Document Tray Metal 3 Layer Heavy Duty 7 Mongol Pencil No. 2 12's 8 Vellum Paper (a4) 9 Sign Pen Black (mygel) 10 Sign Pen Red (mygel) 11 Sign Pen Blue (mygel) 12 Correction Tape Big 13 Expanded Brown Envelope Long 14 Battery (aa)heavy Duty 15 Battery (aaa) 16 Office Scissors 17 Data Box Filer (horizontal) 18 Paper Fastener (plastic) 19 Double Sided Tape 12mm X 10m 20 Air Freshener Relaxing Lavender Downy Scent Refreshing Lemon Romantic Rose Bundle 180g Room Fresh Gel 21 Air Freshener Fresh & Cool Fresh & Floral Fresh & Light 300ml Aerosol Spray 22 Puncher Heavy Duty (big) 23 White Board Eraser With Magnet 24 Wired Keyboard And Mouse 25 Wifi Dongle (dual Band) 26 Staple Wire #35 27 Paper Cutter (capable For A4 Cutting) Cutting Size: 320x250mm 28 Highlighter Pen 29 White Board Marker Blue ( Fine Tip Pilot) 30 White Board Marker Red (fine Fine Pilot) 31 White Board Marker Black (fine Tip Pilot) 32 Duct Tape 33 Hdmi Cable, 10ft
Closing Date30 Jan 2025
Tender AmountPHP 88 K (USD 1.5 K)

Delhi Metro Rail Corporation Limited - DMRC Tender

Goods
Electrical Cables And Wires...+1Electrical and Electronics
Ireps
India, India
+2IndiaIndia
Details: Description :pvc Insulated Copper Wire Frls Size 2.5sqmm Are As Follows:- 1) Frls Pvc Insulated C opper Conductor Wire As Per Is 694:2010, Isi Marked. 2) Size - 2.5 Sq. Mm. 3). Type Of Insulation - Ty pe D (shall Conform To Is:5831:1984 Latest). 4). Type Of Sheath -pvc Type St-3. 5. Make Of Cables-ke i, Havells, Polycab, Cords, Finolex Or Any Reputed Brand 6. Color Of Wire - Red, Blue, Yellow And Black, green. 7) Multistrand, Grade-1100 Volts, 90m Packing, Colour Red,yellow,blue ,black And Green I n Equal Qty. ]
Closing Date27 Jan 2025
Tender AmountINR 500 K (USD 5.7 K)
This is an estimated amount, exact amount may vary.

MUNICIPALITY OF ANILAO Tender

Others...+1Electrical and Electronics
Philippines
Details: Description 1.) 1 - Lot - Rental Of Sound System For 2 Days Truck Drop-side 16ft Long 8pcs Line Array Med-hi 10 Inches Dual 8 Sub-woofer 2pcs Side-peel Speaker 1 Set Gen-set Diesel 1pc Mixer Alto 24 Input 1 Laptop Processor 2pcs Equalizer 1pcs Cross Over 1 Step Up 10kva Lot Cgnal Xlr 4 Microphone Wireless 4pcs Amplifier With 1200watts 2pcs Amplifier With 2000watts 1 Lot Various Cables/wires/extensions Technical Staff: 2 Personnel As Sound Technician
Closing Date15 Jan 2025
Tender AmountPHP 80 K (USD 1.3 K)

U S COAST GUARD USA Tender

Security and Emergency Services
United States
Details: This Will Be Awarded Based Off Lowest Price Technically Acceptable. general Requirements 1. Scope  1.1 Intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.  2. References  coast Guard Drawings  none.  coast Guard Publications  surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements  other References  none. 3. Requirements  3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.  3.2 Period Of Performance. The Period Of Performance For This Work Is 14apr2025-02may2025 3.3 Location. The Contractor Must Perform The Work While The Uscgc Waesche Is Alongside The Pier At U.s. Coast Guard Base Alameda, Coast Guard Island, Alameda Ca 94501. 12314_mla_1224_418 43610_bec_1224_751 item 1: Fire Detection System, Inspect And Test 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Inspect And Test Fire Detection System. 1.2 Government-furnished Property. none. 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-100-001, Rev B, General Arrangements coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-436-011, Rev E, Fire Detection Sys Deck Plan (asc436009) coast Guard Drawing 750-wmsl-436-013, Rev C, Fire Detection Sys Cable Running Sheets (asc436010) coast Guard Drawing 750-wmsl-436-014, Rev -, Fire Detection And Control System Schematic (asc436028) coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2020, General Requirements surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2020, Shipboard Electrical Cable Test surface Forces Logistics Center Standard Specification 3042 (sflc Std Spec 3042), 2020, Shipboard Electrical Cable Removal, Relocation, Splice, Repair, And Installation surface Forces Logistics Center Standard Specification 5550 (sflc Std Spec 5550), 2022, Fire Prevention And Response surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2020, Requirements For Preservation Of Ship Structures coast Guard Technical Publication (tp) 7001, Swbs 436, May 2007, Fire Detection System (for Hulls 750, 751, 752) other References national Fire Protection Association (nfpa) 72, 2022 Edition, National Fire Alarm And Signaling Code 3. Requirements 3.1 General. 3.1.1 Cir. none 3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative, Who Is Familiar With Siemens Marine Fire And Smoke Detection And Alarm Systems To Accomplish The Following Tasks On-site: provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system. assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system. 3.1.2.1 The Tech Rep Must Be Qualified And Experienced In Accordance With The Requirements Of Nfpa 72, Paragraph 10.5.3, And Provide Evidence Of Qualification According To The Means Of Qualification In Nfpa 72 Paragraph 10.5.3.4. Licensure By The State Licensing Board (from The State In Which The Work Is Performed) As A Contractor Specialized In Fire Protection Systems Is An Acceptable Form Of Evidence For The Purposes Of This Wi. 3.1.2.2 Submit The Tech Rep’s Name And Résumé To The Cor At The Arrival Conference. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Below-listed: sheathing bulkhead Insulation piping electrical Cables 3.1.5 Electrical Work. The Contractor Must Accomplish All Electrical Work In Accordance With Sflc Std Spec 3042, And Test Cables In Accordance With Sflc Std Spec 3041, Except Where Manufacturer-specific Guidance Is Provided For The Fire Detection System. Utilize The Existing Wire Ways For New Cable Runs As Much As Possible. 3.1.5.1 Fire Detection System Continuity And Insulation Resistance Testing Must, As A Matter Of Precedence, Be Tested In Accordance With The Manufacturer’s Instructions As Provided In The System Tech Manual. 3.1.6. Fire Readiness. While The Fire Alarm System Is Down, The Contractor Must Provide Personnel In That Space Who Can Communicate With Ship’s Force In The Event Of A Fire. The Contractor Must Submit A Fire Plan Addressing The Duration Of The Fire Alarm System Losses And Their Methods Of Communication With The Crew To Communicate In An Emergency, And Any Other Applicable Issues From Paragraphs 3.1.2 And 3.1.3 Of Sflc Std Spec 5550. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.2 Required Testing Tools. The Contractor Must Provide And Be Capable Of Operating Recommended Test Equipment In Accordance With The Oem Service And Maintenance Manual. The Calibration Information Required In Paragraph 3.2.6.1.2 Of Sflc Std Spec 0000 Must Be Submitted To The Cor At The Beginning Of The Availability. These Tools Include, But Are Not Limited To: testfire: Multi-stimulus Detector Tester. salwico Solo 330: Smoke Detector Tester. salwico Solo 461: Heat Detector Tester. salwico Vd T-1: Heat Detector Tester. salwico Ir Test Lamp: Flame Detector Tester. salwico Uv Test Lamp: Uv Flame Detector Tester. w8066: Uv Test Lamp. 3.2.1 Password Protection. Fire Alarm Panel Is Password Protected For Software. Prior To Start Work On This Item (i.e. Maximum 5 Days Prior To Tech Rep Arrival) Tech Rep Must Request Password Through Herbert S. Hiller A Division Of The Hiller Companies And Coast Guard Inspector. 3.2.2 Test Plan. The Contractor Must, In Consultation With The Tech Rep, Develop A Test Plan To Clearly Define The Scope Of The Fire Detection System Testing, And Submit To The Cor For Approval. The Test Plan Must Include, At A Minimum, The Annually Required Tests Of Nfpa 72 Table 14.4.3.2, As Applicable To The System Defined By Oem Tech Manuals And The System Drawings. The Plan Should Also Explain How The Contractor Will Minimize Downtime Of The System. Submit A Cfr. 3.3 Fire Detection System Inspect And Test. The Contractor Must Perform Inspection And Test Of The Fire Alarm System In Accordance With Nfpa-72 (i.e. National Fire Alarm And Signaling Code) And Oem Tech Manuals. The Contractor Must Perform 100 % Test On All Field Devices (i.e., Alarm-initiating Devices And Circuits) Listed In The System Drawing. Submit Cfr With Results Of The Inspection And Testing In The First Quarter Of The Period Of Performance. 3.3.1 The Contractor Must Supply And Install Sealed Lead Acid Batteries (i.e. Battery 12 Volt, 2.3 Ah, Quantity 2) Mounted Inside Fire Alarm Control Panel In Accordance With The Oem Tech Manual. Submit A Cfr. note the Contractor Must Perform Only Applicable Test On The Fire Alarm System. Some Of The Test Identified On The Attached Data Sheet May Not Be Required On Installed Fire Alarm System On The Cutter. 3.3.2 The Contractor Must Perform Applicable Tests On The Central Fire Detection System With Assistance From Tech Rep In Accordance With The Oem Tech Manual. These Tests Must Include Fault Detection Tests, Control Unit And Repeater Panel Tests, Cable Tests, And Firmware Verification. Submit A Cfr. 3.3.2.1 Perform Applicable Test As Identified In Nfpa Standard 72 Table 14.4.3.2, Record On A Suitable Checklist Created For The Purpose Of This Test. Submit A Cfr. 3.3.2.2 With Assistance From Ship’s Crew, Verify Signals From Fire Alarm Control Panel To Cgmcs Display Console. 3.3.2.3 The Contractor Must Verify Operation Of The Repeater Panel On The Bridge (pilothouse). 3.3.2.4 Certify That Fire Alarm System On The Cutter Is Operating Properly By Signing The End Of The Test Document With Identification, Company, And Licensing/credentialing Information. This Step Must Only Be Completed Once Repairs Are Completed To The Satisfaction Of The Coast Guard Inspector. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.4 Repair According To Cir Discrepancies. The Contractor Must Make Repairs And Conduct Calibration As Needed To Restore Operability To Malfunctioning Components Within The System. 3.5 Operational Test – Post Repairs. After Completion Of Work, The Contractor Must Witness An Operational Test (by Coast Guard Personnel) Of All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed, To Prove That They Are In Satisfactory Operating Condition. Submit A Cfr. 3.6 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310, Appendix A (cutter And Boat Exterior Painting Systems) And Appendix B (cutter And Boat Interior Painting Systems), Respectively, And As Applicable. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 0000, Appendix A (requirements For Preservation Of Ship Structures). 4. Notes this Section Is Not Applicable To This Work Item.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Indian Army Tender

Goods
Electrical Goods and Equipments
GEM
India
Details: Electrician Tool Kit (q3) , Vtpn Mccb 125a Db Double door 12way , Heat Shrink 1.1kv S.t Joint Kit Size. 70 to 120sqmm , Dp Mcb 100amp , Heat Shrink 1.1kv S.t joint Kit Size. 400 To 500sqmm , Modular Plate 4mdl with Supporting Frame , Modular Plate 8mdl With supporting Frame , Lt Xlpe Power Cables 120.sqmm 3.5c Aluminium Conductor Outer Sheathed 650v 1100v grade. , Lt Xlpe Power Cables 95.sqmm 3.5c Aluminium conductor Outer Sheathed 650v 1100v Grade. , ledbatten Lumiline Plus Neo 10w.led , Ledbatten lumiline Plus Neo 18w.led , Tp Mcb 80amp , Tpn Mcb 63amp , Heat Shrink 1.1kv S.t Joint Kit Size. 150- 185sqmm , Heat Shrink 1.1kv S.t Joint Kit Size. 240- 300sqmm , Fp Mcb 100amp , Fp Mcb 125amp , Fp Mcb 60amp , Flameproof Weatherproof Flood Light 90watt Led , Flameproof Weatherproof Flood Light 120watt Led , Flp Db Spn 12way Enclosure Size. 390x390x190mm Lighting Distribution Panel Etc. , Dp mcb 80amp
Closing Date28 Jan 2025
Tender AmountRefer Documents 
This is an estimated amount, exact amount may vary.

Oriental Mindoro Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Barangay Night Sounds And Lights 15pcs - 15 Inches Active Speaker & Stand Power Cord 4 Pcs - 6 Inches Speaker + Stand + Speaker Wire 1 Set Audio Mixer + Audio Cord 1 Set Amplifier + Amplifier Cord 1 Pc Laptop 4 Pcs Wireless Microphone + Battery + Stand 1 Lot Occupy Extension Wire + Audio Cables 2 Operators 2 Crew Standby Generator Drum And Glockenspiel Competition Sound System( Sounds & Lights) 2 Pcs - 15 Inches Passive Speaker + Stand 1 Set Audio Mixer + Audio Cord 1 Set Amplifier + Amplifier Cord 1 Pc Laptop 4 Pcs Wireless Microphone + Battery + Stand 2 Operators 2 Crew Standby Generator Basudani Festival 2025(street Dancing) Mobile Sound System Sound And Lights 15 Pcs - 15 Inches Active Speaker & Stand Power Cord 4 Pcs - 6 Inches Speaker + Stand + Speaker Wire 1 Set Audio Mixer + Audio Cord 1 Set Amplifier + Amplifier Cord 1 Pc Laptop 4 Pcs Wireless Microphone + Battery + Stand 1 Lot Occupy Extension Wire + Audio Cables 2 Operators 2 Crew Standby Generator Basudani Festival 2025( In Place) Sound System ( Sound & Lights) 8 Pcs 15 Inches Passive Speaker + Stand 1 Set Audio Mixer + Audio Cord 2 Set Amplifier + Amplifier Cord 1 Pc Laptop 4 Pcs Wireless Microphone + Battery + Stand 2 Operators 2 Crew Standby Generator
Closing Date10 Jan 2025
Tender AmountPHP 142.5 K (USD 2.4 K)

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Details: Sources Sought Synopsis the Defense Logistics Agency Richmond Is Issuing A Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties That Have Interest And The Resources To Support This Requirement For Nsn 6150-016457609, 6150016457577, 6150016457604, 6150015898458; Current Source(s): Ed Etnyre & Co (cage 80195) P/n 5252504, 6150- 016457577 - Cable Assembly, Spec P/n 5252506, 6150- 016457604 - Cable Assembly,spec P/n 5252546, 6150- 015898458 - Wiring Harness,branched P/n 5252124. 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 335311 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 16 Dec 2024 2:00 Pm Est. All Responses Under This Sources Sought Notice Must Be Emailed To Ladonna.groven@dla.mil if You Have Any Questions Concerning This Opportunity, Please Contact: Ladonna Groven email: Ladonna.groven@dla.mil appendix 1: Purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacturer Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. technical Orders And Qualification Requirements Are Not Available.
Closing Date31 Jan 2025
Tender AmountRefer Documents 
9921-9930 of 10000 archived Tenders