Chemical Products Tenders

Chemical Products Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Combined Synopsis Solicitation White River Junction Vamc Boiler Maintenance (i) This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Is Issued As A Request For Quotation (rfq). (iii) A Statement That The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-01. (iv) The Government Intends To Award A Firm-fixed Price Award For Semi-annual Preventive Maintenance And Annual Inspection Of The Dual-fuel Boiler Plant At The White River Junction Vamc. Please See The Attached Performance Work Statement For Full Requirement Details. Please Complete The Price Schedule Below And Submit With The Quote Submission. (v) The Contractor Shall Provide Semi-annual Preventive Maintenance And Annual Inspection Of The Dual-fuel Boiler Plant At The White River Junction Vamc Iaw The Attached Performance Work Statement (pws). Please See The Attached Pws For Full Requirement Details. (vi) The Place Of Performance Is White River Junction Vamc As Described Per The Pws. (vii) Provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition In Addition To The Following Addenda S To The Provision: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998); 52.204-7 System For Award Management (oct 2018); 52.204-16 Commercial And Government Entity Code Reporting (jul 2016); 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) (viii) Provision At 52.212-2, Evaluation -- Commercial Items, Applies To This Requirement. Submission Of Quotes: (1) Quotes Shall Be Received On Or Before The Date And Time Specified In Section (xv) Of This Solicitation. Note: Offers Received After The Due Date And Time Shall Not Be Considered. (2) Offerors Shall Submit Their Quotes Electronically Via Email To Kenya Mitchell At Kenya.mitchell1@va.gov. (3) Questions: A Site Visit Is Scheduled For Monday,06 January 2025, @ 9:00 Am* Questions Shall Be Submitted To The Contracting Officer In Writing Via E-mail. Oral Questions Are Not Acceptable Due To The Possibility Of Misunderstanding Or Misinterpretation. The Cut-off Date And Time For Receipt Of Questions Is Tuesday 07 January 2025 At 5:00 Pm Est. Questions Received After This Date And Time May Not Be Answered. Questions Shall Be Answered In A Formal Amendment To The Solicitation So All Interested Parties Can See The Answers. (4) Quote Format: The Submission Should Be Clearly Indexed And Logically Assembled In Order Of The Evaluation Criteria Below. All Pages Of The Quote Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date And Solicitation Number In The Header And/or Footer. Sam: Interested Parties Shall Be Registered In System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam In Sufficient Time To Meet The Va S Requirement Will Be Ineligible To Receive A Government Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Interested Parties With No Prior Va Contracts Can Request A Form 10091 At Any Time. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. (xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021), 852.203-70 Commercial Advertising (may 2018), 852.219-73 Va Notice To Total Set-aside For Certified Services-disabled Veterans-owned Small Business (jan 2023), 852.232-72 Electronic Submission Of Payment Requests (nov 2018), 852.241-71 Administrative Contracting Officer (oct 2020) Subcontracting Commitments - Monitoring And Compliance This Solicitation Includes Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors, And Vaar 852.215-71, Evaluation Factor Commitments. Accordingly, Any Contract Resulting From This Solicitation Will Include These Clauses. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) To Assist In Assessing Contractor Compliance With The Subcontracting Commitments Incorporated Into The Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor Compliance With The Subcontracting Commitments. (xii) Clause At 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (wage Determination Applicable Massachusetts Middlesex County Wd #2015-4047 Rev 22 122722 Posted On Sam.gov), 52.222-55, 52.222-62 (xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above. (xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement. (xv) Rfq Responses Are Due Friday, 10 January 2025 By 5:00 Pm Est. Rfq Responses Must Be Submitted Via Email To: Kenya Mitchell At Kenya.mitchell1@va.gov. Hand Deliveries Shall Not Be Accepted. (xvi) The Pocs Of This Solicitation Is Kenya Mitchell At Kenya.mitchell1@va.gov A Site Visit Is Scheduled For Monday 06 January 2025, @ 9:00 Am White River Junction Vamc 163 Veterans Drive White River Junction, Vt 05009 Poc: Scott Snyder - (802) 295-9363 Price Schedule Item Number Description Of Supplies/services Quantity Unit Unit Price Amount 0001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Base 1.00 Yr __________________ __________________ 0002 Emergency Boiler Service Contract Period: Base 1.00 Yr __________________ __________________ 0003 Installation Of New Feedwater System Contract Period: Base 1.00 Jb __________________ __________________ 1001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 1 1.00 Yr __________________ __________________ 1002 Emergency Boiler Service Contract Period: Oy 1 1.00 Yr __________________ __________________ 2001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 2 1.00 Yr __________________ __________________ 2002 Emergency Boiler Service Contract Period: Oy 2 1.00 Yr __________________ __________________ 3001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 3 1.00 Yr __________________ __________________ 3002 Emergency Boiler Service Contract Period: Oy 3 1.00 Yr __________________ __________________ 4001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 4 1.00 Yr __________________ __________________ 4002 Emergency Boiler Service Contract Period: Oy 4 1.00 Yr __________________ __________________ Grand Total __________________ Past Performance Worksheet (provide 3) 1. Name Of Contracting Activity, Government Agency, Commercial Firm Or Other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date Of Contract Award: 5. Beginning Date Of Contract: 6. Completion Date Of Contract: 7. Contract Value: 8. Type Of Contract: 9a. Technical Point Of Contact: 9b. Contracting Point Of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place Of Performance: 11. Description Of Work (use A Continuation Sheet If Necessary): 12. List Any Commendations Or Awards Received: 13. List Of Major Subcontractors: Performance Work Statement Department Of Veterans Affairs Project Name: Boiler Maintenance Place Of Performance: White River Junction Vamc 163 Veterans Drive White River Junction, Vt 05001 Period Of Performance: The Period Of Performance Will Be One (1) Year From Contract Award, With The Option To Extend For Four (4) Option Years (options Years Will Be Exercised At The Governments Discretion) Tasks And Requirements Contractor Qualifications Contractor Shall Demonstrate Satisfactory Past Performance Of Preventive Maintenance And Periodic Inspection Services, Similar To Those Described Herein, On The Same Or Similar Type Of Boiler Equipment, For At Least Five (5) Vha Facilities Within The Past Three (3) Years. The Contractor Shall Provide Performance Assessments From Contracts For Five Of Those Vha Facilities, As Well As Evidence That The Services Were Conducted In Accordance With Boiler Efficiency Institute (bei) Guidelines. Technician Qualifications Contractor Shall Employ Qualified Preventive Maintenance Technicians To Perform The Services Described Herein. Qualified Means A Technician Shall Have Successfully Completed At Least One Year Of Trade School In A Relevant Course Of Study And Shall Have Five Years Of Experience With Institutional And/or Industrial Boiler Service At Plants Similar In Design To The Wrjvamc Boiler Plant. Technicians Shall Have Experience With And Knowledge Of Fire Tube Boilers And Fireye Flame Safeguard And Combustion Controls. The Wrjvamc Facility Manager Or Engineer May Define And Accept Equivalent Qualifications. Technicians Shall Demonstrate Familiarity With And Ready Access To The Current Versions Of The Following References: Nfpa 85, Boiler And Combustion Systems Hazards Code Vha Boiler And Associated Plant Safety Device Testing Manual. Technicians Shall Be Equipped With Portable Electronic Flue Gas Analyzers And Other Test Instruments Necessary For The Required Tests And Calibrations, All Calibrated Within One Month Of The Site Visits. At Facilities With Programmable Digital Controls, The Technicians Must Be Capable Of Programming The Controls And Have The Appropriate Hardware And Software For This. All Contractor Employees Performing Work At Wrjvamc Shall Be Trained In And Shall Follow Proper Va Lock Out / Tag Out Procedures. Regular Service Requirements The Contractor Shall Provide All Qualified Technician Labor, Equipment, Tools, Materials, Parts, Supplies, Transportation, Supervision, Any Other Items, And Non-personal Services Deemed Necessary To Perform The Regular Services For Semi-annual Preventive Maintenance And Annual Inspections, Including Tuning, Testing, Calibrating, And Adjustments On Boilers #1, #2, And #3 And On All Burners And Boiler Plant Controls At The Wrjvamc. Contractor Shall: Conduct All Testing In Accordance With The Vha Boiler And Associated Plant Safety Devise Testing Manual (attachment 2). All Testing Must Be Documented In A Fashion Acceptable To The Va. Perform Combustion Analysis Of Boilers Under Gas And Fuel Oil Operation And Calibrate Fuelto-air Mixture At The Facility. Install All Control Parts For All Three Boilers. All Used Parts Are To Be Turned Over The Wrjvamc For Disposition Evaluation. Test And Record The Operation And Set Points Of All Burner/boiler Safety Interlock Devices. Verify That The Set Points And Operating Points Are Within Approximately 20% Of Normal Operating Parameters. Make All Adjustments As Necessary And Record The New Settings. Supply Copies Of The Bei Paperwork To The Wrjvamc Boiler Plant Supervisor And Contracting Officer S Representative (cor) Upon Completion Of Inspection And Testing, In Accordance With Bei Testing Procedures. The Operation Of A Safety Interlock Device Must Result In Burner Shutdown And/or Proper Alarm Operation. All Interlocks And Safety Devices To Be Inspected And Tested On Each Boiler, Burner, And Related Equipment Are Contained In The Most Current Revision Of The Vha Boiler Plant Safety Devices Testing Manual Along With Testing Procedures. This Maintenance Shall Be Done Every Six Months In Accordance With A Schedule Provided By Wrjvamc Facilities Staff. Contractor Shall Cover All Costs For Calibrations Of Gauges, Transmitters, Flow Meters And Controls Including All Shipping, Handling, And Postage. Boiler Tuning Requirements Contractor Shall Perform Boiler Tuning To Meet Or Exceed The Following Minimum Requirements, And Shall Provide All Combustion Analyzers (calibrated) As Well As Performance Data Indicating These Requirements Have Been Met Or Exceeded: Required Burner Performance (natural Gas And Fuel Oil): Turndown (ratio Of Maximum And Minimum Of Firing Rates) 10/1 And 8/1 Respectively. Achieve, But Do Not Exceed, Boiler Maximum Steam Flow Output Rating. Measure Fuel Input At Minimum And Maximum Firing Rates. Maximum Carbon Monoxide: 200 Ppm Throughout The Firing Rate. Flame Shall Be Stable, With No Pulsations, Shall Be Retained Near Burner, No Blowoff Or Flashback, No Constant Impingement On Refractory Or Water Tubes. No Visible Smoke; Must Comply With Local Emissions Regulations. Must Follow All Boiler Efficiency Institute (bei) Guidelines (provided Locally). Flue Gas Oxygen: 2.5 4.2% O2 (up To 5.2% At Loads Below 40% Of Maximum Steam Output, No Upper Limit At Minimum Firing Rate, Oxygen Can Be 1% Point Higher On Oil Firing On Singlepoint Positioning Systems). Flue Gas Oxygen (low Excess Air Burners): 1 2% (up To 2,5% At Loads Below 40% Of Maximum Steam Output, No Upper Limit At Minimum Firing Rate, Oxygen Can Be 1% Point Higher On Oil Firing On Single-point Positioning Systems). For Semi-annual Preventive Maintenance In Accordance With Vha Directive 1810, Contractor Shall Conduct Testing And Ensure All Boiler Safety Devices Listed Below Are Functioning Correctly And All Associated Boiler Room Equipment Operates Safely Within Desired Operational Settings And Parameters. Low-water Cutoff On Each Boiler (slow-drain) Auxiliary Low Water Cut Off On Each Boiler (slow Drain) High Water Alarm On Each Boiler Low Water Alarm On Each Boiler High Steam Pressure Cut-out (recycle) On Each Boiler High Steam Pressure Cut-out (non-recycle) On Each Boiler Relief Valves Lift Test On Each Boiler Steam Safety Valves Accumulation Test At High Fire On Each Boiler Flame Scanner On Each Boiler Gas Train Vent Valves For Leaks On Each Boiler High Gas Psi Cut Off On Each Boiler Low Gas Psi Cut Off On Each Boiler Gas Shut Off Valves Proof Of Closure On Each Boiler Gas Shut Off Valves Leak Test Each Boiler Low Atomizing Pressure For Fuel Oil For Each Boiler High Fuel Oil Pressure Cut Off For Each Boiler Fuel Oil Safety Shut Off Valves Proof Of Closure For Each Boiler Leak Test Fuel Oil Safety Shut Off Valves On Each Boiler Propane Pilots Start Up On Each Boiler Low Pilot Gas Psi Cut Off On Each Boiler. Emergency Boiler Service Requirements: Contractor Shall Provide Repair Service Call Support For Emergency Corrective Maintenance To The Wrjvamc Boiler Plant 24 Hours A Day, 7 Days Per Week. Emergency Service Shall Include Labor, Parts, And Travel. In An Emergency Such As An Event That Jeopardizes Va N+1 Boiler Redundancy Requirements, An Emergency Service Call Will Be Initiated By A Wrjvamc Boiler Plant Operator Or Facilities Engineer To The Contractor S Service Center Via Telephone, Email, And/or Text Messaging. Contractor Shall Acknowledge The Call For Emergency Service Within 4 Hours, Shall Provide Support By Qualified Technicians On Site Within 8 Hours, And Shall Endeavor To Return Equipment To Normal Operation Within 24 Hours. Normal Operation Means That Defective Parts Have Been Replaced With Parts That Meet Or Exceed Manufacturer's Original Specifications And Va Requirements, And That The Equipment Meets Or Exceeds The Manufacturer's Original Performance Specifications. During Regular Preventive Maintenance, The Contractor Shall Recommend Long-lead-time Critical Parts That The Va Facility Should Keep In Supply To Avoid Service Disruption. The Contractor Shall Replenish Any Va Inventory Consumed In The Course Of Preventive Maintenance Or Emergency Service. For Emergency Calls/service The Contractor Will Furnish All Factory Repair Parts And Service Not To Exceed A Tbd Amount Per Year. The Contractor Shall Provide By Email, A Requested Itemized Quote To Include Hourly Rate And Travel Within 24 H For Any Scheduled Services And Or Parts. The Contractor Shall Provide By Email, An Invoice For Any Emergency Call Outs Within 48 H Of Emergency Service Completion. The Contractor Shall Be Familiar With All Terms, Conditions, And Requirements Herein Contained With Warranty Items And Conditions. The Contractor Shall Be Responsible For All Damages To Persons Or Property That Occurs Because Of The Contractor S Fault Or Negligence. Bid Price Schedule Contractor Shall Provide Itemized Pricing For The Following: Base Bid Year A. Semi-annual Boiler Maintenance And Annual Inspection B. Emergency Boiler Service A. Not-to-exceed Line Item. This Is Estimated Amount That May Increase Or Decrease Depending On Number And Price Of Parts. B. This Line Item Must Be Approved By The Va Contracting Officer (co) Prior To Any Work Performed. C. Installation Of New Feedwater System (base Year Only) Option Years 1 4 A. Semi-annual Boiler Maintenance And Annual Inspection B. Emergency Boiler Service A. Not-to-exceed Line Item. This Is Estimated Amount That May Increase Or Decrease Depending On Number And Price Of Parts. B. This Line Item Must Be Approved By The Co Prior To Any Work Performed. Work Schedule Work Shall Be Completed In Conformance With The Time Schedule Requested By Wrjvamc. Contractor Is Solely Responsible For All Necessary Regulatory Notifications To Meet The Time Schedule. 1. Semi-annual Preventive Maintenance Shall Be Done Once In The Spring, Preferably In Early May, Preceding Summer Months, And Once In The Fall, Preferably In Early November, Preceding Winter Months. 2. Annual Inspections Shall Occur Over 3 Visits Per Year, One Visit For Each Boiler, With One Internal Inspection And One External Inspection Occurring Per Visit. 3. Contractor Shall Notify The Wrjvamc Boiler Plant Supervisor And The Cor At Least Two Weeks Prior To Performing Regular (semi-annual And Annual) Preventive Maintenance On Site. 4. Work Cannot Be Scheduled During Heavy Steam Load Periods. Only One Boiler At A Time Can Be Out Of Service For The Inspection, Testing, And Calibration Procedures. 5. Normal Working Hours Are From 7:30 Am To 4:30 Pm, Monday Through Friday. Contractor Shall Not Perform Work At Va Facility Outside Of Those Hours Or On Government Holidays Without Prior Notification To And Approval From The Cor, Except For Emergency Service. 6. To Maintain Schedule, Regular Preventive Maintenance Work May Be Allowed To Be Performed Outside Of Normal Working Hours. Contractor Shall Coordinate After-hours Work With The Wrjvamc Boiler Plant Supervisor And The Cor With A Minimum 48-hour Notice. Privacy Statement Information Security The Certification And Authorization Requirements Do Not Apply; A Security Accreditation Package Is Not Required. Incidental Exposure To Protected Health Information May Occur From Accessing The Work Site. Contractor Personnel Will Follow All Va Privacy & Security Policies And Procedures. The Boiler Maintenance Service Shall Involve Connection Of Electronic Devices Or Systems To The Va Computer Network And Does Not Involve Sensitive Va Data. Records Management The Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: Citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. Contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. Contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. The Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. The Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. No Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.

DEPT OF THE ARMY USA Tender

Chemical Products
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Sp-pol-srm-fort Indiantown Gap Filter Separator

Government Service Insurance System - GSIS Tender

Civil And Construction...+2Chemical Products, Water Storage And Supply
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 75.2 K (USD 1.2 K)
Purified Drinking Water , Water And Waste Water Treatment Supply & Disposal ,government Service Insurance System - Tacloban Branch Office

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
6640--notice Of Intent To Sole Source - Illumina Reagents

Distance Water South Saxony Tender

Chemical Products
Germany
Closing Date10 Jan 2025
Tender AmountRefer Documents 
To the tender 'supply of polyaluminium chloride for drinking water treatment 01.02.2025-31.07.2025 with extension option'

DEPT OF THE NAVY USA Tender

Chemical Products
Corrigendum : Closing Date Modified
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Contact Information|4|n7m3.11|anc|7176055415|nicole.diehl@navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| contract Definitization (may 2023)|5|firm-fixed|fixed Price|90 Day|ffp|tbd| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (sep 2023)|4||||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| option For Increased Quantity (mar 1989)|1|365 Days| estimate Of Percentage Of Recovered Material Content For Epa Designated Items (may 2008))|1|| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|334290|800|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Purpose Of This Amendment Is To Include The Applicable Clauses Due To The Increase In Qty Requirements. No Other Changes Are Made At This Time. the Purpose Of This Amendment Is To Increase The Requirement Qty To 15. No Other Changes Are Made At This Time. the Purpose Of This Amendment Is To Reopen The Solicitation Window Through 06 Nov 2024. No Other Changes Are Made At This Time. this Solicitation Is Issued Pursuant To Emergency Acquisition Authority (eaa). Accelerated And Partial Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. all Freight Is Fob Origin. this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractors Written Acceptance Prior To Execution.. Verify Nomenclature, Part Number, And Nsn Prior To Responding. the Government Is Seeking A Repair Turnaround Time (rtat) Of: ________ government Source Inspection (gsi) Is Required. please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work. your Quote Should Include The Following Information: Quote Amount And Rtat Unit Price:__________ Total Price:__________ Repair Turnaround Time (rtat): _______ Days if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractors Facility As Reflected In The Aaction Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This contract. Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte): ___ Return Material Authorization # (rma), If Applicable:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location Awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As "awardee Cage": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________ all Pricing Is Firm. Please Consider The Following When Providing Price: include Repair Price With All Costs Associated With Receipt And Complete Repair Of Material That May Be In Unwhole Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts And Wear Damage. the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Module,matrix,switc . 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. 3. Requirements 3.1 Cage Code/reference Number Items - The Module,matrix,switc Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. cage___ref. No. ;03538 77a126678p10; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 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 Navicp-mech Contracting Officer Has 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, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement 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 Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. 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. 3.4 ;000-711866-02 Is Oem Internal Pn Id To Be Used For Reference Only. Design Specifications For The Configuration Must Adhere To Reference 77a126678p10.; 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 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 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. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin 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. Theymay 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 Contractnumber, 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 navsup-wss 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 Enue: commanding Officer navsup-wss 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: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 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. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.

Mangalore University Tender

Goods
Chemical Products
India
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Re -tender Is Invited For The Supply Of Chemicals Of All Brands Required For Nmr

DEFENSE LOGISTICS AGENCY USA Tender

Environmental Service...+1Chemical Products
United States
Closing Date10 Jan 2025
Tender AmountUSD 88.2 K 
This is an estimated amount, exact amount may vary.
Proposed Procurement For Nsn 4130011524110 Filter Element,air: line 0001 Qty 300 Ui Ea Deliver To: Dla Distribution Puget Sound By: 0060 Days Ado approved Sources Are 05322 49739g016; 29296 Mdl-501-mc; 3y436 Mdl-501-mc; 54775 H66a7x1. the Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Specifications, Plans, Or Drawings Are Not Available. all Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered. quotes May Be Submitted Electronically.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Closing Date22 Jan 2025
Tender AmountUSD 41.4 K 
This is an estimated amount, exact amount may vary.
This Is An Intent To Sole Source Notice For Commercial Items Prepared In Accordance With Far Subpart 5.2, Synopses Of Proposed Contract Actions. This Announcement Constitutes The Only Notice Of Intent To Sole Source And Synopsis Of Proposed Action. the Department Of Veterans Affairs, Vha, Network Contracting Office (nco) 16 Intends To Negotiate/award A Sole-source Contract To Conventina Water, Llc The Contract Will Be A Firm Fixed Award. The Statutory Authority For This Non-competitive Acquisition Is Far 13.106- 1(b) As Implemented By Far 6.302-1. the North American Industrial Classification System (naics) Code For This Procurement Is 221310, With A Small Business Size Standard Of $41 Million Per Year, And The Fsc/psc Is J046. the Department Of Veterans Affairs Intends To Solicit And Award An Open Market Sole Source Firm Fixed Award To Provide Annual Preventative Maintenance Service For The Va Medical Center At Biloxi, Ms. this Notice Is Not A Request For Competitive Proposals Or Quotations. A Solicitation Will Not Be Posted. interested Persons May Identify Their Interest And Capability To Respond To The Requirement By 2:00 Pm Cst January 22, 2025 Via Email To Kevin Pollard At Kevin.pollard2@va.gov. All Responses Received By The Closing Date Specified Herein Will Be Considered By The Government, Any Response To This Notice Must Show Clear And Convincing Evidence That The Responding Company Can Provide The Same Services By The Required Date. However, A Determination By The Government To Not Compete Is Solely Within The Discretion Of The Government.

Municipality Of Narra, Palawan Tender

Chemical Products
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 62.2 K (USD 1 K)
Supply And Delivery Of Office Supplies For Municipal Vice Mayor's Office , Office Equipment Supplies And Consumables ,municipality Of Narra, Palawan
5161-5170 of 10000 archived Tenders