Fabrication Tenders

Fabrication Tenders

Tamil Nadu Newsprint And Papers Limited - TNPL Tender

Works
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
India
Description: Fabrication And Erection Of Rain Water Gutter, Down Take Pipe And Replacement Of Damaged Sheets At Paper Machine Complex, Finishing House,
Closing Soon14 Feb 2025
Tender AmountRefer Documents 

Public Health Engineering Department - PHED Tender

Works
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
India
Description: Construction, Testing And Commissioning Of Steel Fabricated Structure 15 Nos. Of 10 Kl Capacity Staging 9 Mtr. Including Construction Of Suitable R.c.c. Valve Chamber In Village . Providing, Laying, Jointing, Interconnection, Testing And Commissioning Of 63 Mm Dia Hdpe Class 10 Kg/sqcm Of 1350 Mtr. Valve Specials And All Fittings Including All Allied Civil Works, Supplying & Installation Of Energy Efficiant Five Star Bee Rating Isi Marked Required Capacity Three/single Phase, 50 Hz, 415v, Deep Well Submersible Pump Stainless Steel Body, Suitable For 4"/6" Tube Well With Control Panel Starter Suitable For Submersible Pump With Dry Run Protection, Connections, Including Clamps, Bore Cap Etc 15 Nos. As Required As Per Specifications But Excluding Pipe, Ss/nylonwire Rope And Connection Cable Including Verification Of Tube Well Yield. & Electric Connection From Cseb, Construction Of Brick Masonry Switch Room Of Size 1.50*1.50*3.00 Mtr (15 Nos), Providing 0 No Functional Household Tap Connection (f.h.t.c) (pe-al-pe Pipe 0 Mtr) In Individual Households And Government Instiution Etc.drilling Of 150 Mm Dia 130 M Deep Ordinary Tube Well 15 Nos. Complete With Trial Run Operation & Maintanance For 03 Months Under Single Village Piped Water Supply Scheme Under Jal Jeevan Mission For Village Bhadu, Bahora, Marangi, Samarbar, Sanna & Gurmhakona In Block Bagicha District – Jashpur.
Closing Date25 Feb 2025
Tender AmountINR 15.7 Million (USD 180.2 K)

MECON Limited - MECON Tender

Goods
Civil And Construction
Eprocure
Corrigendum : Closing Date Modified
India
Description: Design, Materials Procurement, Manufacture / Fabrication, Shop Testing, Painting, Packing, Transportation, Delivery And Unloading At Site, Supervision Of Erection And Commissioning Of Plate Heat Exchangers
Closing Soon15 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n742.18|er6|n/a|elizabeth.m.clammer.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|iso9001, See Specifications Section C And Section E.| inspection Of Supplies--fixed-price (aug 1996)|2||| production Lot Testing|1|| inspection And Acceptance - Short Version|8|x||x|||||| desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|10|210 Days|clin 0001ab|10|210 Days|clin 0001ac|25|210 Days|clin 0001ad|26|210 Days|||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice- Material.|n/a|tbd|n00104|tbd|tbd|w25g1u, W62g2t, W25g1u, W62g2t|tbd|n/a|n/a|n/a|n/a|n/a|n/a|see Form Dd1423.|| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| warranty Of Data--basic (mar 2014)|2||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| first Article Approval--contractor Testing (sep 1989)|10|one (1)|0001aa|30 Days|tbd|lizz Clammer - Elizabeth.m.clammer.civ@us.navy.mil|tbd|0001aa|tbd||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| small Business Program Representations (feb 2024)|4|335313|1250||| 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|335313|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation Of First Article Testing|3|||x| 1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3. 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 In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of Thefacility. 5. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System(dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. 6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page Under Contract Opportunities On Sam.gov Website. After Requesting Access, Send An Email To The Poc Listed On The Solicitation. 7.this Solicitation Requires First Article Testing (fat). See Far 52.209-3 First Article Approval - Contractor Testing For More Details. 1. Scope 1.1 ;this Procurement Specification Contains The Requirements For Manufacture And The Contract Quality Requirements For ;an/brr-6 Proximity Sensor Seated Switch Unit; For Use On Navy Submarines.; 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 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. drawing Data=8590854 |53711| -| |d|0001 | -|49998|0080043 drawing Data=8590860 |53711| A| |d|0001 | A|49998|0155852 document Ref Data=mil-std-130 | | |n |121116|a| |01| document Ref Data=mil-dtl-915 | | |g |020822|a| | | document Ref Data=mil-dtl-915 |0008| |h |020822|a| | | document Ref Data=mil-std-973 | | | |950113|a| 3| | document Ref Data=iso 9001 | | | |150915|a| | | document Ref Data=iso 10012 | | | |030415|a| | | document Ref Data=mil-m-24041 | | |c |810817|a| | | document Ref Data=mil-dtl-24231 | | |e |130426|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=ncsl Z540.3 | | | |060803|a| | | document Ref Data=a-a-56032 | | |d |030321|a| | | document Ref Data=eia-649c 2/19 | | | | |a| | | document Ref Data=sae-ams2817g - 11/2016 | | | | |a| | | document Ref Data=sae-as23053/5a - 11/2018 | | | | |a| | | document Ref Data=navsea S9320-am-pro-020/mldg | | |2 |990801|a| | | document Ref Data=navsea S9320-am-pro-030/mldg | | |3 |050201|a| | | document Change Data=ams-dtl-23053/5b |sae-as23053/5a document Change Data=ams-2817 |sae-ams2817g document Change Data=mil-c-24231d |mil-dtl-24231e 3. Requirements 3.1 ;design And Manufacturing - The ;an/brr-6 Proximity Sensor Seated Switch Unit; Furnished Under This Contract/purchase Order Shall Meet The Material, Electrical, Mechanical, Physical And Test Requirements As Specified On Drawings 8590860 (consisting Of item Numbers 1 Thru 8) And 8590854, Attachment-a (electrical Test Procedure), Navsea Manuals S9320-am-pro-030/mldg And S9320-am-pro-020/mldg And Including Associated Specifications Mentioned In This Procurement. ; 3.1.1 ;as Required By Note 4 Of Drawing 8590860, Item Number 4 Must Be Treated As A Connector When Referencing Drawing 8590854.; 3.1.2 ;the Switch (item No. 4 Of Drawing 8590860) Surface Preparation, Application And Inspection Of Non-conductive Coating (plasma Coating) Shall Be In Accordance With Navsea Manual S9320-am-pro-030/mldg As Specified On Drawing 8590854. ; 3.1.3 ;the Polyurethane Molding Compound Type Ii, Color Amber Shall Be In Accordance With Mil-m-24041 Requirements As Specified On Drawing 8590860.; 3.1.4 ;all Outboard Molded Cable Assemblies Shall Be Manufactured And Tested In Accordance With Navsea Manual S9320-am-pro-020/mldg Requirements As Specified On Drawings 8590860, Note 3 And 8590854, Note 4; Including Attachment-a (electrical Test Procedure). 3.2 ;vendor Qualification. As Required By Drawing 8590854:; 3.2.1 ;only Vendors Which Are Qualified, Per The Audit Requirements Of Navsea Manual S9320-am-pro-020/mldg Appendix Ii-a And Listed On The Approved Vendors Lists In Appendix Ii-a Of Navsea Manual S9320-am-pro-020/mldg, Shall Be Authorized To Fabricate submarine Outboard Cable Assemblies. ; 3.2.2 ;metal Plug Bodies Surface Preparation Is Only By Vendors Which Are Qualified, Per Audit Requirements Of Navsea Manual S9320-am-pro-030/mldg Appendix Iii-h, And Listed On The Approved Vendors Lists In Appendix Iii-i Of Navsea Manual s9320-am-pro-030/mldg, Shall Be Authorized To Fabricate Non-conductive Plasma Sprayed Ceramic Coated Submarine Outboard Connector Metal Plug Bodies. ; 3.3 ;marking Requirements - The Supplier Shall Permanently Mark And Identify Each First Article And Production Lot Unit ;proximity Sensor Seated Switch; In Accordance With Note 8 Of Drawing 8590860 Per Mil-std-130.;per Note 7 Of Drawing 8590860,the Supplier shall Contact Jason Krol, Jason.a.krol2.civ@us.navy.milof Nswc Philadelphia Division For Component Serialnumber Information.;; 3.3.1 ;the Supplier Shall Mark ;tag Or Bag; All Piece Parts With Contract, Drawing/ Item, Heat, Lot Or Batch And Serial Number Per Mil-std-130 Until Installed In The Designated Assembly.; 3.4 ;first Article Testing/inspection - (supplier Testing/inspection). The First Article Testing /inspection Procedure And Approval Are Required For ;proximity Sensor Seated Switch Unit;.government Approval Is Required Prior To Commencement Of First Article unit.; 3.5 ;notification - The Supplier Shall Notify Naval Surface Warfare Center, Philadelphia Division, (nswcpd), 5001 S. Broad Street, Philadelphia, Pa 19112-1403 By Email Matthew.j.ogilvie.civ@us.navy.mil, Code 242mo After Award Of Contract.; 3.5.1 ;the Nswcpd Is The Acceptance Activity For The Contract Data Requirements List (dd1423) Data Items. Nswcpd Wawf/irapt ;acceptor; Dodacc Is ;n64498;.; 3.6 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.6.1 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. 3.7 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 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 System - The Supplier's Quality Inspection System Shall Be In Accordance With Mil-i-45208 Or Iso 9001 And Ncsl Z540.3 Or Iso 10012.the Supplier Shall Develop And Submit Their Written Quality Inspection And Test Plan As Indicated On The contract Data Requirements List (dd Form 1423). Government Approval Of The Supplier's Written Quality Inspection And Test Plan Is Required By The Contract. cdrl: Quality Inspection & Test Plan Per Mil-i-45208, Ncsl Z540.3 And Di-qcic-81110 ; 4.5 ;finished Edges - Finished Shall Be In Accordance With The Applicable Drawing Requirements.; 4.6 ;material Control - The Supplier Shall Have An Effective Material Control System That Provides For The Control Of Materials By Heat, Lot Or Batch As Ordered For First Article And Production Lot Units. ; 4.7 ;first Article Testing/inspection - (supplier Testing/inspection). The Supplier Shall Perform First Article Testing/inspection On ;proximity Sensor Seated Switch Unit; In Accordance With The Applicable Drawings, Specifications,attachment-a (electrical test Procedure), Navsea Manuals S9320-am-pro-030/mldg And S9320-am-pro-020/mldg, And Their Approved First Article Procedure.; 4.7.1 ;the First Article Inspection Shall Be Made By The Cognizant Dcma-qar At The Supplier's And/or Subcontractor Facility. The Supplier Shall Notify Nswcpd, Code 242mo Two Weeks In Advance Prior To The Scheduled First Article Testing/inspection, So An nswcpd Representative Has The Option Of Being Present During The First Article Testing/inspection.; 4.8 ;first Article Approval For Testing/inspection Procedure And Acceptance - (supplier Testing/inspection). The Supplier Shall Prepare And Submit Their First Article Testing/ Inspection Procedure For ;proximity Sensor Seated Switch Unit; In Accordance With the Requirements Of Di-ndti-80603,the Applicable Drawings, Specifications, Attachment-a (electrical Test Procedure), Navsea S9320-am-pro-030/mldg And S9320-am-pro-020/mldg, And As Indicated On Thecontract Data Requirements List (dd Form 1423).government approval Of The Of Procedure Is Required Prior To Commencement Of First Article Unit. cdrl: First Article Testing/inspection Procedure Per Di-ndti-80603a; 4.9 ;first Article Testing/inspection- The Supplier Shall Perform 100% Examination, Inspection And Testing On The Completed First Article ;proximity Sensor Seated Switch; Unit (bulk Cable/ Component Parts/unit) In Accordance With The Applicable Drawings, attachment-a (electrical Test Procedure), Navsea S9320-am-pro-020/mldg And S9320-am-pro-030/mldg, And Their Approved First Article Procedure. The Supplier Shall Record The Actual Measurements And Results Of Each Examination, Inspection And Test In Attachment-a (electrical Test Procedure), Navsea S9320-am-pro-020/mldg And S9320-am Pro-030/ Mldg, And Each Dimension Identified On The Applicable Drawing. ; 4.9.1 ;the Supplier Shall Visually Inspect And Perform Electrical Continuity And Dc Insulation Resistance Testing 100% On The ;bulk Cable Type Dss-2; In Accordancewith Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Including appendix Iid (data Sheets Ds1,ds2 And Ds3) Requirements.; 4.9.2 ;the Supplier Shall Visually And Physically Inspect 100% The Switch And Connector (item Nos. 4 And 5 Of Drawing 8590860) In Accordance With Navsea S9320-am-pro-020/ Mldg Requirements.; 4.9.3 ;the Supplier Shall Verify And Inspect 100% The Switch Proximity (item No.4 Of Drawing 8590860)surface Has Been Prepared And Plasma Coated In Accordance With Navsea S9320-am-pro-030/mldg Requirements.; 4.9.4 ;the Supplier Shall Visually And Physically Inspect 100% The Completed Unit Of Each Dimension And Keyway Location/position Identified On Drawing 8590860 Including The Identification And Markings Required By Note 8 Of The Drawing.; 4.9.5 ;the Supplier Shall Visually Inspect 100% The Molded Switch Proximity And Plug Connector On The Completed Unit In Accordance With Navsea S9320-am-pro-020/mldg Requirements.; 4.9.6 ;the Supplier Shall Perform 100% Electrical Continuity Test On The Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Including Appendix Iid (data Sheets Ds1, Ds2 And Ds3) Requirements.; 4.9.7 ;the Supplier Shall Perform 100% Insulation Resistance Test On The Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.; 4.9.8 ;the Supplier Shall Perform 100% Nondestructive Bonding Test On Molded Switch Proximity And Plug Connector On The Completed Unit In Accordance With Navsea S9320-am-pro-020/ Mldg Requirements.; 4.9.9 ;the Supplier Shall Perform 100% Hydrostatic Pressure Test On The Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.; 4.10 ;first Article Testing/inspection Reports And Acceptance - (supplier Testing/ Inspection). The Supplier Shall Submit For Completed First Article Unit ;proximity Sensor Seated Switch; Testing/inspection Reports In Compliance With The Requirements Of di-ndti-80603, The Applicable Drawings, Specifications, Attachment-a (electrical Test Procedure), Navsea Manuals S9320-am-pro-020/mldg And S9320-am-pro-030/mldg.the Report Shall Also Include A Copy Of ;certificate Of Conformance For Plasma Coating, Polyurethane molding Compound, Back Fill And Primer; Certificate Of Compliance For Switch Proximity, Connector, Nut, O-ring And Polychloroprene Material (per Mil-dtl-915);bulk Cable Inspection/test Report (type Dss-2 Per Mil-dtl-915/8); Identified In The Objective Quality evidence Records Section Of This Document, And As Indicated Contract Data Requirements List (dd Form 1423).government Approval Of The Firstarticle Testing/inspection Report Is Required Prior To Commencement Of Production Units. cdrl: First Article Testing/inspection Report Per Di-ndti-80809b; 4.11 ;production Lot. ; 4.12 ;bulk Cable - The Supplier Shall Perform 100% Examination, Inspection And Testing On The Production Lot (bulk Cable, Type Dss-2) In Accordance With The Applicable Requirements Listed In Specification Mil-dtl-915/8 (quality Conformance Inspection) Basic electrical, Groups A, B And C. The Supplier Shall Record The Actual Measurements And Results Of Each Examination, Inspection And Test Specified In The Applicable Specification.; 4.13 ;proximity Sensor Seated Switch Unit The Supplier Shall Perform 100% Examinationinspection And Testing On Each Completed Production Lot Unit (bulk Cable/component Parts/ Unit) In Accordance With The Applicable Drawings, Attachment-a (electrical Test procedure), Navsea S9320-am-pro-020/mldg And S9320-am-pro-030/mldg. The Supplier Shall Record The Actual Measurements And Results Of Each Examination, Inspection And Test In Attachment-a (electrical Test Procedure), Navsea S9320-am-pro-020/mldg And s9320-am-pro-030/mldg, And Each Dimension Identified On The Applicable Drawings. ; 4.13.1 ;the Supplier Shall Visually Inspect And Perform Electrical Continuity And Dc Insulation Resistance Testing 100% On The ;bulk Cable, Type Dss-2; In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.; 4.13.2 ;the Supplier Shall Visually And Physically Inspect 100% Each Switch Proximity And Connector (item Nos. 4 And 5 Of Drawing 8590860) In Accordance With Navsea S9320-am-pro-020/mldg Requirements.; 4.13.3 ;the Supplier Shall Verify And Inspect 100% Each Switch Proximity (item No. 4 Ofdrawing 8590860) Surface Has Been Prepared And Plasma Coated In Accordance Withnavsea S9320-am-pro-030/mldg Requirements.; 4.13.4 ;the Supplier Shall Visually And Physically Inspect 100% Each Completed Unit Of Each Dimension And Keyway Location/position Identified On Drawing 8590860 Including The Identification And Markings Required By Note 8 Of The Drawing.; 4.13.5 ;the Supplier Shall Visually Inspect 100% The Molded Switch And Plug Connector On Each Completed Unit In Accordance With Navsea S9320-am-pro-020/mldg Requirements.; 4.13.6 ;the Supplier Shall Perform 100% Electrical Continuity Test On Each Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.; 4.13.7 ;the Supplier Shall Perform 100% Insulation Resistance Test On Each Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.; 4.13.8 ;the Supplier Shall Perform 100% Nondestructive Bonding Test On Molded Switch Proximity And Plug Connector On Each Completed Unit In Accordance With Navsea S9320-am-pro-020/ Mldg Requirements.; 4.13.9 ;the Supplier Shall Perform 100% Hydrostatic Pressure Test On Each Completed Unit In Accordance With Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg Requirements.; 4.13.10 ;the Supplier Shall Conduct Pre-shipment Inspection And Verification Of Connector O-ring's (item No. 8) Is Individually Packed And Shipped With Unit In Accordance With Note 2 Of Drawing 8590860 And Navsea S9320-am-pro-020/mldg. ; 4.13.11 ;production Lot Testing/inspection Report And Acceptance - (supplier Testing/ Inspection).the Supplier Shall Submit For The Completed Production Units ;proximity Sensor Seated Switch; Testing/ Inspection Reports In Compliance With The Applicable Data item Descriptions (dids), Drawings And Specifications,attachment-a (electrical Test Procedure), Navsea Manuals S9320-am-pro-020/mldg And S9320-am-pro-030/mldg. The Production Lot Testing/ Inspection Report Shall Consist Of ;bulk Cable Inspection/test Report (type Dss-2 Per Mil-dtl-915/8); Certificate Of Conformance For Plasma Coating, Polyurethane Molding Compound, Back Fill And Primer; Certificate Of Compliance For Switch Proximity, Connector, Nut, O-ring And Polychloroprene Material (per Mil-dtl-915); Bulk Cable inspection/test Report (type Dss-2) Per Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg; Proximity Sensor Seated Switch Unit Inspection/test Report Per Attachment-a (electrical Test Procedure) And Navsea S9320-am-pro-020/mldg And mercury Exclusion Certification; Identified In The Objective Quality Evidence Records Section Of This Document, And As Indicated On The Production Lot Test/inspection (plt) Contract Data Requirements List (dd Form 1423).government Approval Of The Production Lot testing/inspection Report Is Required Prior To Shipment Of Production Lot Units. cdrl: Production Lot Testing/inspection Report Per Di-ndti-80809b; 4.14 ;production Lot Inspection/acceptance - (supplier Testing/inspection). The Supplier Shall Submit For The Production Lot Units, The Inspection And Test Reports Identified In The Objective Quality Evidence Records Section Of This Document And As indicated On The Production Lot Testing/ Inspection (plt) Contract Data Requirements List (dd Form 1423). Government Approval Is Required Prior To Shipment Of Production Units. ; 4.15 ;final Inspection And Acceptance - Final Inspection And Acceptance Of Production Lots Shall Be Made By The Cognizant Dcma-qar In Conjunction With The Specific Government Inspection Instructions (sgiis) Furnished By Nswcpd. In Addition To The Normal dcma Surveillance, The Production Unit(s) Shall Be Under The Surveillance Of Nswcpd Quality Assurance Specialist As Required.; 4.16 ;objective Quality Evidence Records - The Supplier Shall Maintain Objective Quality Evidence Data (oqeds) Of Raw Material And Finished Parts Of ;an/brr-6 Proximity Sensor Seated Unit;. Records Shall Be Traceable By Drawing/item, Bulk Cable Master Reel, heat, Lot Or Batch, Serial And Contract Number. All Oqeds Shall Shall Be Clearly Legible Including Name And Title. The Supplier May Provide Exact (quality) Photocopies Of Objective Quality Evidence Records Being Delivered Under This Purchase Order Instead Of originals.; 4.16.1 ;the Supplier Shall Furnish A Copy Of The Following Oqeds Listed Below And As Indicated On The Contract Data Requirements List (dd Form 1423) For Acceptance. The Reports Shall Be Correlated To The Drawing/item, Heat, Lot Or Batch, Contract And assembly Serial Number. Supplier Format Is Acceptable For The Below Listed Cdrls. a. The Supplier Shall Submit Production Bulk Cable (type Dss-2, Dwg. 8590860, Item #3) Examination, Inspection And Test Reports In Accordance With Specification Mil-dtl-915/8 (quality Conformance Inspection) Basic Electrical, Groups A, B And C. The Reports shall Show All The Characteristics, The Actual Measurement And Results Of Each Examination, Inspection And Testing Units Tested Including Contract Number, Name Of Supplier, Specification Number/date, Bulk Cable Master Reel, Manufacturer Part, Test Start And stop Times, Gauge Serial Number, Gauge Calibrated Date/due Date Of Finished Bulk Cable, Item Nomenclature And Inspector?s Acceptance Signature And Date. cdrl: Bulk Cable (type Dss-2/mil-dtl-915/8) Inspection/test Report Per Di-ndti-80809b b. Certificate Of Conformance For: (1) Plasma Coat (certifying Drawing 8590860, Item No. 4 Has Been Plasma Coated Per Drawing And Navsea S9320-am-pro-030/mldg Requirements). (2) Polyurethane Molding Compound Material Type Ii, Color Amber (certifying Material, Type And Color Has Not Exceeded The Shelf Life Recommended By The Manufacturer As Required By Mil-m-24041). (3) Back Fill Material And Primer Per Navsea S9320-am-pro-020/mldg (certifying Material And Type Has Not Exceeded The Shelf Life Recommended By The Manufacturer). Cdrl: Certificate Of Conformance Per Di-misc-82386 c.certificate Of Compliance For: (1) Switch Proximity (certifying Item No. 4 To Drawing 8590860 And The Applicable Manufacture Part Number Requirements). (2) Connector (certifying Item No. 5 To Drawing 8590860 And The Manufacture Part Number Xsj-2-ccr Requirements). (3) Nut (certifying Item No. 7 To Drawing 8590860 And The Applicable Manufacture Part Number Requirements). (4) O-ring (certifying Item No. 8 To Drawing 8590860 And The Manufacture Part Number 5-058-n674-70 Requirements). (5) Polychloroprene Material (certifying Material To Drawing 8590854 And Mil-dtl-915 Requirements). cdrl: Certificate Of Compliance Per Di-misc-82386 d. The Supplier Shall Submit Production Bulk Cable (type Dss-2/dwg. 8590860, Item #3) Examination, Inspection And Test Reports (consisting Of Visual Inspection, Electrical Continuity Test And Dc Insulation Resistance Test In Accordance With Attachment-a (electrical Test Procedure) And Navsea Manual S9320-am-pro-020/mldg, Appendix Ii D (data Sheets Ds1, Ds2 And Ds3). The Reports Shall Also Include The Contract Number, Name Of Supplier, Drawing/item Number, Drawing Revision Letter, Specification Number/date, bulk Cable Master Reel, Item Nomenclature And Inspector's Acceptance Signature And Date. cdrl: Bulk Cable (type Dss-2, Navsea S9320-am-pro-020/mldg) Inspection/test Report Per Di-ndti-80809b e. The Supplier Shall Submit Production Proximity Sensor Seated Switch Unit Examination, Inspection And Testing Reports (consisting Of Visual Inspection Of Molded Connectors, Electrical Continuity Test, Insulation Resistance Test, Nondestructive And destructive Bonding Test On Molded Connectors, Hydrostatic Pressure Test And Pre-shipment Inspection/verification (item No. 8 Of Drawing 8590860) In Accordance With Attachment-a (electrical Test Procedure) And Navsea Manual S9320-am-pro-020/mldg, Appendix Ii D data Sheets Ds4 Thru Ds8, Ds9. The Reports Shall Also Include Cable Assembly Dimensional Inspection (drawing 8590860), Contract Number, Name Of Supplier, Drawing/item Number, Drawing Revision Letter, Cable Assembly Serial, Item Nomenclature And Inspector's acceptance Signature And Date. cdrl: Proximity Seated Switch Unit Inspection/test Report Per di-ndti-80809b f.mercury Exclusion Certification (representing The Contract Units Shipment) cdrl: Mercury Exclusion Certification Per Di-misc-82386; 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 ;external Document Titled, "attachment-a (electrical Test Procedure)" Available Upon Request From Navsup N7 Contracting Officer. The Document Has Been Added To The Checklist In Workflow Pro.; date Of First Submission=asreq ;;approval Of The Quality Inspection Plan By Nswc Philadelphia Division Is Required Prior To First Article.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A001. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;approval Of The Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A002. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;approval Of The Report By Nswc Philadelphia Division Is Required Prior To Commencement Of Production Lot Units.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A003. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;; date Of First Submission=asreq ;;supplier Format Is Acceptable.; ; ;;plt Rpt Shall Consist Of Oqed Records In Contract Sect E: Bulk Cable Inspection/test Report (mil-dtl-915/8, Dwg. 8590860/item #3); Certificate Of Conformance Material, Certificate Of Compliance (dwg. 8590860/item #4, 5, 7 & 8) And Polychloroprene Material; Bulk cable Inspection/test Report (type Dss-2) Navsea S9320-am-pro-020/ Mldg); Proximity Sensor Seated Switch Unit Inspection/test Report And Mercury Exclusion Certification.;; ;;approval Of The Report By Nswc Philadelphia Division Isrequired Prior To Shipment Of Production Lot Units.; ; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A004.nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;;
Closing Date5 Mar 2025
Tender AmountRefer Documents 

South Eastern Railway - SER Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Lot No.y.hf-1.exmp.p-1.12.24.134, Description- Scrap Steel Fabrication (heavy) And Misc. Large Bulky Assembles.tank Case Holder And Similar Receptacles .misc Items Of Steel, Such As Furniture, Buckets Iron Wire Utensils Tinboard, Fire Extinguishers Without Nf Etc. Our Offer: Scrap Steel Fabrication (heavy) Bogie Frame And Fiat Bogie Frame And Misc.battery Box,bk Cylinder,shock Absorber, Cell Container,bolster,various Sizes Of Iron Pipes, [coach Doors , Various Sizes Of Tanks, Some Quantity Of Gear Case Coated With Dry Foam Of Oil And Grease ,steel Such As Furniture, Buckets Iron Wire Utensils Tinboard, Fire Extinguishers Without Nf Etc. And Other Misc Hf-1 Items [as In The Lot] Cutting Allowed Only For Off Size Material For Loading Purpose (above Material May Or May Not Be Available In The Lot) [loading Will Be Done By Purchaser's Own Arrangement]
Closing Soon11 Feb 2025
Tender AmountRefer Documents 

Bridge And Roof Company India Limited Tender

Works
Civil And Construction...+1Road Construction
Eprocure
Corrigendum : Closing Date Modified
India
Description: Supplying, Fabricating, Blasting, Primer Painting, Final Painting, Transportation And Delivery Of Fabricated Structural Steel Components To The Project Site At Ongc Uran Plant, Dist. Raigad, Maharashtra In Connection With Civil And Structural Works
Closing Soon17 Feb 2025
Tender AmountINR 94.4 Million (USD 1 Million)

Madhya Pradesh Power Generating Company Limited - MPPGCL Tender

Works
Civil And Construction...+1Civil Works Others
Eprocure
Corrigendum : Closing Date Modified
India
Description: Fabrication, Erection And Repairing/ Strengthening Of Various Conveyor Steel Structures Of Coal Handling Plant Of Stps, Sarni.
Closing Soon11 Feb 2025
Tender AmountINR 2.9 Million (USD 33.9 K)

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Update: This Notice Has Been Updated To Extend The Response Date To March 7th, 2025 nasa Ames Research Center (arc) Is Hereby Soliciting Information From Potential Sources For Manufacturing Process Development Of High-rate Composites For Aerospace Applications. description the National Aeronautics And Space Administration (nasa) Ames Research Center (arc), On Behalf Of The Engineering Directorate And Aeronautics Directorate, Is Hereby Soliciting Information From Potential Sources Regarding High-rate Thermoplastic Manufacturing Technologies And Process Development. Nasa Is Interested In Engaging With Government, Industry, And Academia For Collaborations To Develop Thermoset And Thermoplastic Manufacturing Processes Tailored, But Not Limited, To Aerospace Applications With The Ames High-rate Composite Manufacturing Facility (ahrcm). The Ahrcm Supports The Research And Development Of Aerospace Materials Processes (particularly For Thermoplastic Composites), Modeling, And Large Structures With The Goal Of Mitigating Labor-in-the-loop Manufacturing Bottlenecks By Increasing Volumetric Fabrication Throughput Of Composites And Reducing Inertial Assembly Errors As A Virtue Of Robotic Automation. this Request For Information (rfi) Serves To Solicit Organizations That Have Demonstrated Heritage Referencing Composite Materials For Aerospace Applications, Particularly Those Pertaining To Aeronautics, Spacecraft, Intelligent Structures, Automotive, And Other High-rate Thermoset & Thermoplastic Manufacturing Applications. background the Emerging Advanced Air Mobility (aam) Industry Must Rely Heavily On Advanced Composite Materials To Build Vehicles That Will Meet The Performance And Safety Requirements Needed To Achieve Commercial Success. These Electrically Powered Vertical Takeoff And Landing (evtol) Vehicles Must Make Extensive Use Of Light-weight Carbon Fiber Composite Structures And Components To Maximize Vehicle Range And Payload Achievable With The Energy Storage Density Of Foreseeable Battery Technology. Using Conventional Metallic Materials For This Application Is Not An Option Because: · Metallic Structures Are Heavy, Reducing The Achievable Vehicle Payloads And Ranges To Impractical Levels. · Traditional Aircraft Production Rates, Utilizing The Current State-of-the-art In Materials And Production Methods Approach 1,000 Aircraft Per Year. To Be Economically Feasible, Aam Aircraft Production Rates Must Reach 5,000 Or More Aircraft Per Year. significant Reductions In Composite Manufacturing Costs, Large Improvements In Manufacturing Consistency And Rates Of Production, Will Be Required To Meet Vehicle Cost Goals And Allow Mass-produced Components To Be Certified By The Faa. The Automotive Industry Has Begun To Develop High-rate Manufacturing Processes For Automobiles That Achieve Significant Reductions In Manufacturing Cost, But These Methods Have Not Yet Been Applied To The Manufacture Of Aerospace Components That Require Very High Levels Of Quality Assurance. ames Research Center Developed Ahrcm In 2021 As A Composite Manufacturing Facility That Specializes In The Rapid Processing Of Thermoset Carbon Fiber Reinforced Polymers (cfrp). The Facility Was Created To Reduce The Time-to-part For Aerospace Components, Using Industry-standard High-pressure Resin Transfer Molding (hp-rtm) And Thermoset Cfrp Thermoforming, Also Referred To As Prepreg “stamp-forming” Or “drape-molding.” located In The High Bay Of A Historic Aviation Hangar, Thermoforming Is Accommodated By Two Independent Automated Manufacturing Lines: Preforming And Final Thermoforming. The Preforming Stage Currently Contains A 6-dof Abb Robotics Charge Loading Manipulator, A Conductive And Infrared Heating Platen, 20 Pneumatic Grippers Mounted On A Shuttling System, A 300-ton Press, And A 6-dof Abb Unloading Manipulator. This Capability Was Designed For Thermoset Cfrp Preforming, And As Such Can Subject A ~1-foot By 4-foot Cfrp Prepreg 7-ply Charge Through ~350c In The Preforming Platen And ~250c In A Preforming Drape Mold With Up To 300 Tons Of Force. The Final Thermoforming Line Contains A 6-dof Abb Charge Loading Manipulator, A 3,600-ton Press, A Heating System That Can Heat Molds With ~250c Via Thermal Fluid, A 6-dof Abb Unloading Manipulator And An Hp-rtm Capability Which Can Be Integrated For Compatibility With Non-prepreg Composites. ames Is Particularly Interested In Collaborating To Develop Advanced Composite Modeling And Thermoplastic Composite Manufacturing Processes By Retrofitting Ahrcm’s Current Thermoforming Lines. Thermoplastic Cfrp Requires Elevated Temperatures At ~300c - 385c, Varying With Respect To The Specific Fiber And Resin Matrix Utilized. Initial Feasibility Studies And Empirical Testing Demonstrate That Ahrcm May Be Retrofit For Compatibility With Thermoplastic Cfrp, While Maintaining The Current High-rate Automated Configuration. additional Information Regarding The Facility May Be Referenced At: https://www.nasa.gov/ahrcm/ requested Information -descriptions Of Composite Manufacturing Techniques Utilized, With Applications Demonstrating Developed Technical Heritage By The Interested Party. Of Particular Interest Are High-rate, Large-scale Manufacturing Processes For Thermoplastic And Thermoset Materials In Aerospace Applications. -non-metallic Materials Testing Conducted By The Interested Party, Including Details Referencing Developed Mechanical Properties, Material Properties, And Non-destructive Evaluation Techniques. -demonstrated Expertise Of Process Development For Non-metallic Materials. Specific Capabilities Of Interest Are Line Modeling, In-situ Process Control, And Process Qualification. -applications Of Interest For Applying High-rate Thermoplastic And Thermoset Composite Manufacturing Processes. the National Aeronautics And Space Administration (nasa) Arcis Seeking Capability Statements From All Interested Parties, Including All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi) For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals Formanufacturing Process Development Of High-rate Composites For Aerospace Applications. The Government Reserves The Right To Consider A Small, 8(a), Women-owned (wosb), Service Disabled Veteran (sd-vosb), Economically Disadvantaged Women-owned Small Business (edwosb) Or Hubzone Business Set-aside Based On Responses Received. no Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released, It Will Be Synopsized On Sam.gov. Interested Firms Are Responsible For Monitoring This Website For The Release Of Any Solicitation Or Synopsis. vendors Having The Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Invited To Submit Appropriate Documentation, Literature, Brochures, And References. all Responses Shall Be Submitted Electronically Via Email To Alex Mazhari At N210@nasa.onmicrosoft.com And A.mazhari@nasa.gov No Later Than March 7th, 2025 At 22:00 Pst. Please Reference Ahrcm Rfi In Any Response. this Synopsis Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation.
Closing Date8 Mar 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: This Is Only A Presoliciation Notice A Request For Quotes (rfq) Will Be Posted Approximately On Or About 01/13/2025. presoliciation Notice: The Network Contracting Office, Nco17 Anticipates Awarding A Firm-fixed Price Construction Contract For, Nrm Building 9 Roof Repair, Project No. 549-sl-832, Located At The Dallas Va Medical Center 4500 South Lancaster, Rd. Dallas, Tx, 75216. the Method Of Procurement Shall Be A Request For Proposal (rfp) In Accordance With The Procedures Set Forth In Part 13 And 36 Of The Federal Acquisition Regulation (far), With A Projected Solicitation Date Of January 13, 2024, And A Projected Quotes Due Date Of February 12, 2025. contractor Shall Provide All Necessary Labor, Materials, Equipment, And Supervision To Replace Roof To Prevent Water Ingress Through Roof Into Building 9, Replace Shingles And Underlayment, Replace All Decking, Gutters And Repaint. Further, Fabricate A Special New Steel Structure To Create A Cover Over The Walkway Between Building 9 And Adjacent Metal Structure For The Purpose Of Providing Cover Shelter For Staff Walking Between These Two Structures. Work Schedule And Access Plan Will Be Required To Minimizing Disruptions In These High Traffic Areas. project Duration Shall Be 90 Calendar Days From Receipt Of The Notice To Proceed (ntp). this Requirement Is A Competitive Offer, Set-aside 100% For Service Disabled Veteran Owned Small Business (sdvosb). Quotes Will Only Be Accepted From Certified Sdvosb Contractors. the Applicable Naics Code Is 238160, Small Business Size Standard Of $19mil. the Magnitude Of The Construction Estimated Cost Range: $25,000 And $100,000 Iaw Far 36.204-disclosure Of The Magnitude Of Construction Projects. the Point Of Contact (poc) Will Be Eileen Myers, And Can Be Contacted By Email At Eileen.myers@va.gov important Notice: Apparent Successful Offerors Must Apply For And Receive Verification From The Department Of Veterans Affairs Center For Verification And Evaluation (cve) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership And Control Sufficient To Establish Appropriate Status, Offerors Must Be Both Visible And Verified By The Department Of Veteran Affairs Center For Veterans Enterprises Prior To Submission Of Offer.â  Failure To Be Both Verified By Cve And Visible On Vetcert Prior To Submission Of Offer Will Result In The Offeror S Proposal Being Deemed Non-responsive. All Offerors Are Urged To Contact The Cve And Submit The Required Documents To Obtain Cve Verification Of Their Sdvosb Status If They Have Not Already Done So.
Closing Soon13 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Cables And Wires...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: 556-23-101 Renovate B134-2c Clc july 22, 2024 construction Statement Of Work date: July 22, 2024 project Number: 556-23-101 project Name: Renovate B134-2c Clc location: B134 C-wing 2nd Floor Clc captain James A. Lovell Fhcc 3001 Green Bay Rd, north Chicago, Il 60064 part 1: Project Scope Of Work Overview: contractor Shall Provide All Tools, Materials, Labor, Quality Assurance, And Supervision For Renovations Resulting In A Complete, Compliant, And Fully-functional Clc, Including Erection Of Temporary Enclosures Preventing The Release Of Dust Outside Of The Work Area, Selective Demolition, Metal Studs, Gypsum Wall Board, Paint, Ceilings, Flooring, Electrical Power And Light, Modifications To The Fire Protection System, Telecom Cabling, Fire Alarm, And Other Work To Affect A Complete Turn-key Space Supporting Described Clinical Function(s) And Equipment. Finished Square Footage Is Approximately 12,590. The Current Hvac System And All Its Components Installed On The Roof Will Be Tied Into The New Space On The 2nd Floor. part 2: Period Of Performance: the Following Model Presents The Summary Logic Of The Milestone Sequence Working Backward From The Delivery Date Of The Longest Lead Time In The Critical Path To Determine A Mobilization Date, And Then Forward From The Delivery Date Of The Longest Lead Time To Completion Of All Work. notes: durations Shown Are In Calendar Days. actual Award And Ntp Dates Will Be Revised To Match Their Occurrence. time Consumed For Resubmission And Review Must Be Made Up By The Gc To Ensure That All Submittals Of This Contract Are Approved Within 60 Days Of Ntp. see Section 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc). part 3: Detailed Project Requirements: project Objectives: this Project Is Required To Renovate The Described Space As Expediently And Compliantly As Practical. meet Or Exceed All Code, Technical, And Programmatic Requirements Adopted, Established, Revised, And Or Published By Va Or The Many Organizations Listed In The Several Specifications. expedite The Delivery Of A Highly Functional, Complete, Compliant, And Safe Workspace For The User Service. list Of Ae Documents To Be Included In This Contract: see: 00 01 10 Table Of Contents And The Entire Project Manual see: 00 01 15 List Of Drawing Sheets And The Entire Volume Of Drawings pre-bid Conference: va Shall Schedule Two Pre-bid Conferences Required To Be Attended By Prospective Bidders To Observe Current Conditions Within The Work Area(s). the Ae Shall Not Attend The Pre-bid Events. No Questions Will Be Allowed During The Events. All Questions By All Prospective Contractors Shall Follow The Rfi Process Described In The Solicitation. prospective Bidders Shall Not Attempt To Contact The Ae Or Va Facilities Engineering Staff During The Solicitation And Bidding Period. The Ae And Va Facilities Engineering Staff Are Instructed To Ignore All Such Inquiries And Report Them To The Va Contracting Officer. All Inquiries Regarding This Project Shall Be Presented As Complete And Coherent Requests For Information (rfi) Specifically Citing Design Or Specification Sections, Pages, Paragraphs, Notes, Details, Etc. To Enable Responses To Rfi S. Follow The Instructions Provided By The Contracting Officer Within The Solicitation Regarding Submission Of Rfi S. Va Will Post Responses Developed To Enable All Prospective Bidders To Receive The Same Information At The Same Time. project Scheduling And Mobilization On Site: the Contractor Shall Not Mobilize On Site Until All Required Submittals Are Prepared, Transmitted, Reviewed, And Accepted By Va, And The Delivery Dates Of Long Lead Items Have Been Established By The Respective Manufacturers. Significant Time For This Essential Is Included In The Period Of Performance. critical Components And Other Long Lead Items Shall Require Proof Of Purchase And An Established Delivery Date Delivered To The Contracting Officer And Cor To Complete Va Approval Of The Schedule. approval To Mobilize Shall Be In Writing By The Contracting Officer In Consultation With The Cor And Facility Safety Manager. prior To Beginning Work, Post And Maintain At Each Work Area All Current Emergency Contact Information, Va Infection Control Risk Assessment (icra)/permit, Interim Life Safety Measures (ilsm), And Other Information Required By Va And The Gc Project- Specific Safety Plan, At All Entry Points To The Work Area. the Target Mobilization Date Is Determined By First Establishing The Delivery Date Of The longest Lead Time Material Or System Along The Critical Path, Which In This Project Is Predominantly Hvac Equipment, But Is Likely To Also Consider Shop-fabricated Doors And Frames, And Then Working Back Along The Critical Path Listing All Predecessor Work Activities. the Baseline Period Of Performance Is Certain To Change Between Initial Project Schedule And Acceptance Of The Final Project Schedule. The Contracting Officer, At His Or Her Discretion And Judgement, Will Issue A Contract Modification Revising The Period Of Performance End Date. As There Is No Change To The Quantity Or Quality Of The Work, The Contract Value Shall Not Change. performance Of The Work: erect And Maintain A Dust-tight Containment Around The Work Area Which Complies With Applicable Code Associated With Ul-rated Wall Assemblies And Maintenance Of Egress Paths. containment Shall Enable Access To The Work, Without Obstructing Access To Adjacent Suites Or Rooms. Establish Hepa Air Purification. Review And Follow Specification 01 35 33 Infection Control Requirements As Applicable To This Location And Work. Follow Pra & Icra Plan And Permit Generated And Issued By Va. Remove Only Upon Completion Approval Of The Cor. after Establishing And Gaining Approval Of The Temporary Modular Hard Plastic Dust-tight Construction Dust Control Barrier System, Including Lockable Door. Where This Is The Sole Containment, Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. where Fire Or Smoke-rated Wall Assemblies Are Planned For Alternation Even If Temporarily, Provide A Dust-tight 1-hour Rated Temporary Construction Wall With Locking Door To Isolate The Area Of Work, Finished With One Coat Of Paint On The Outside Were Indicated. the 1-hour Temporary Wall Shall Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door. the 1-hour Temporary Wall And Differential Pressure Monitoring Must Be Complete And Approved Prior To Removal Of The (outer) Temporary Modular Wall Barrier, And Commencement Of Demolition Within The Space. prior To Removal Of A Temporary Fire Or Smoke-rated Walls, Completely Restore Rated Wall Assemblies Required Of The Work, And Then Re-erect The Temporary Modular Hard Plastic, Dust-tight, Barrier System. in No Case Shall Any Containment Be Removed Unless And Until The Work Area, Including The Inside Of The Ventilation System, Has Been Thoroughly Cleaned And Approved For Progress Toward Activation. immediately Prior To Turnover, Remove All Air Filters From The Ventilation System Used During Construction, And Supply And Install New Specified Filters. Supply Case Quantities Of Each Filter To Va With The System. perform Selective Demolition And Construction As Described In The Specifications And Drawings. special Acceptance Criteria For The Work Shall Include: hvac System Shall Not Be Acceptable In Whole Or In Part Unless And Until Testing, Adjusting, And Balancing (tab) Is Completed And Accepted In Accordance With The Specifications, Drawings, And The Current Edition Ashrae 170 Ventilation Of Health Care Facilities (and Errata) Requirements Specific To The Room/suite Type And Purpose. Va Reserves The Right To Conduct, Or Have Conducted, Verification Testing, And Deduct Its Cost From The Contract If Noncompliant Conditions Are Found. the Contractor Shall Provide Eia/tia Testing And Certification Of All New Cat 6a Communications Cable. restore All Finishes Damaged During The Work Match Existing. thoroughly Clean All Surfaces Using Hepa-filtered Vacuum Cleaner And Anti-bacterial Wipes. part 4: Meetings, Submittals, And Deliverables: kick-off Meeting And Documentation the Contractor S Project Manager And Field Supervisor Shall Attend A Preconstruction Safety And Coordination Meeting To Discuss Project Details. kick-off Meeting Documentation: prepare And Submit For Review And Acceptance A Draft Critical Path Method (cpm) Baseline Schedule Reflecting Each Phase And Activity Of The Work Beginning With Mobilization, Including Each Critical Activity, And Each Essential Task Required To Optimally Meet The Objectives Of The Project. the Baseline Schedule Must Also Include All Activities To Be Performed By Va, Including Maintenance Shops Support, Safety And Infection Control, The Ae, The Commissioning Agent, Etc. it Is Expected That This Timeline Will List All Activities Of The Work Leading Up To The Delivery Of Long Lead Items, The Target Dates Of Long Lead Items, Installation Of Long Lead Items, And Each Work Activity That Follows Until All Work Is Complete, Compliant, And Ready For Acceptance. The Durations Of Each Phase Will Change Once The Gc Completes All Procurement Activities And Submit For Review And Approval The Final Baseline Schedule. to Enable Objective Assessment Of Costs And Progress, The Baseline Schedule Shall Be Cost-loaded At Each Work Activity (essentially Division 02 On), Ensuring That The Total Cost Of Each Phase And Division Of Work Match The Corresponding Schedule Of Values, And The Total Of The Construction Contract At Award. develop The Cpm Schedule In Sufficient Detail To Enable Readers To Understand All Planned Activities, Their Predecessors, And Successors, Who Is Performing The Work, Durations, And Costs. Activity Durations Shall Not Exceed Two Calendar Weeks. Indicate Resource Sdvosb Status. the Project Manual Index Of Specifications Is A Useful Guide For Starting The Cpm Schedule And Schedule Of Values In Sufficient Detail. For Example: Simply Listing Hvac Is Unacceptable For Projects Including More Than Basic Work In This Category. The Inclusion Of Specifications For An Ahu, Controls, Ductwork, Demolition Of Each, Testing And Balancing, Etc. Also Prompt Their Inclusion As Categories Of Activities And Tasks In The Schedule. In Fact, For Larger Work Categories, Breaking Down The Cost By System/material And Installation And Testing Enables Partial Payment For Higher Cost Items Upon Delivery Into The facility Work Area. preparation And Processing Of Submittals Are Gc Procurement (administrative) Activities And Not Work Activities Contributing To The Compensable Work In The Field. Should The Contractor Elect To Include Submittal Planning In Their Internal Use Schedule For Their Own Purposes, Do Not Show Those Line Items In The Schedule Submitted To Va For Consideration In The Baseline Schedule. not Less Than One Item Per Subcontractor At Any Tier. Subcontractors, By Definition, Are Contributing Work In The Field To The Project. Pass-throughs Are Not Acceptable. include All Expected Utility System Shutdowns, Road Closures, Crane Lifts, And Off- Hours Work In The Cpm Schedule. do Not Include Costs Associated With Non-work Administrative Activities Inherent In The Listed Work Items. The Government Cannot Pay For What It Has Not Inspected And Accepted As Compliant, Or For Activities Which Add No Value To Va Facilities. Front-loading Proposals, Bids, Schedules Of Values, And Line-item Costs Of Cost-loaded Cpm Schedules With Non-work Items Puts The Contractor, The Government, And The Bonding Company At Otherwise Avoidable Risk Associated With Paying Out More Than The Value Of Work In Place Should The Work Stop Prior To Completion. Administrative And Managerial Activities Associated With Each Work Line Item Are To Be Included In Each Line Item, Along With Prorated Overhead And Profit. the Contractor Shall Prepare And Submit Sf-1413 For Each Subcontractor To The Co, Copying The Cor. List Of All Subcontractors And Suppliers, Including Company Names, Office Address, And Main Point Of Contact Name With Telephone Number, And Sdvosb Status. as Required At 01 35 26 Safety Requirements: Develop And Submit A Project- Specific Construction Safety And Accident Prevention Plan With Project-specific Procedures, Processes, Analysis, And Details, Including But Not Limited To: access And Use The U.s. Army Corps Of Engineers Em 385-1-1 Safety And Health Requirements And Its Appendix A Minimum Basic Outline For Accident Prevention Plans For Development Of Meaningful, Effective, And Compliant Project Safety Plans. submission Of Generic, Non-project Specific Safety Plans Will Be Rejected, Resulting In A Contractor-caused Delay In Commencement Of The Work. project-specific Activity Hazard Analysis (aha), Which Forms The Basis Of The Construction Safety And Accident Prevention Plan Highlighting Identified Risks Such As Isolation Of Stored Energy (lock-out*), Fall Protection, Or Confined Space Access. (*) Note That Tag-out Is Not An Acceptable Form Of Isolation, Therefore It Was Intentional Not To Use The Term Loto. submit An Electronic Copy Of The Gc And All Subcontractor Competent Persons Osha 30-hour Construction Safety Training Certificates With Project-specific Construction Safety And Accident Prevention Plan. submit An Electronic Copy Of All Workers Osha 30-hour Construction Safety Training Certificates Or Cards Prior To Allowing Entry To The Site. assist The Cor In Completing Project-specific Va Infection Control Risk Assessment (icra) And Interim Life Safety Measures (ilsm) Documentation. public Safety Compliance Requirements: the Following Applies To All Va And Navy Properties, Including Leased Facilities, Regardless Of Building Occupancy Or Current Use And Does Not Differentiate Between Medical Or Administrative Spaces As All Are Occupied By People We Are Collectively Working To Protect From Harm Including Contractor Staff. contractors Shall Adhere To And Ensure Compliance With Federal Laws, Regulations, And Executive Orders Regarding Screening, Vaccinations, And Or Testing Designed To Protect Contractor Employee And General Public Health And Safety, As Well As All Associated Health Information And Personally Identifiable Information. all Contractor Staff Share A Common Moral Responsibility To Stay Away From The Facility When Feeling Ill. quality Control Plan And Quality Assurance Plan: 01 40 00 Quality Requirements Is Included In Its Entirety In This Contract. This Specification Is Brief But Very Informative And Enabling To Those Who Approach It As An Opportunity. submittal Register (aka Submittal Log) Is Described In Quality Assurance Of The Above Specification, And The Project Manual At 01 33 23. submittal Register Must List Each Submission Listed In Each And Every Specification. Because Each Project Is Different, Do Not Recycle Submittal Logs From Other Projects. (dis)approval Of A Submittal Never Constitutes A Change To The Quantity, Quality, Cost, Or Duration Of A Contract. The General Contractor Is Solely Responsible For Submitting And Delivering Complete And Compliant Work. Defective Work Shall Be Removed And Replaced At The Contractor S Expense. The Government Has The Right And Responsibility To Withhold Funds Equivalent To The Cost For The Government To Complete The Work Should The Contractor Fail To Promptly Act In Executing The Work Or Remedying Defective Work. to Help Prevent (unfortunately) Common Shortcomings And Mistakes With Submittal Preparation And Submission, As Well As Ensure That The Installation Of Systems Is Complete And Compliant, The Gc Shall Provide The Services Of At Least One Licensed Professional Engineer To Pre-review And Certify As Compliant All Submittals And Subsequent Systems Prior To Requests For Va Or Its Ae To Review For Compliance. For Projects Requiring Alteration Or Replacement Of Mechanical Systems, The Gc Consulting Engineer Is Required To Be A Licensed Mechanical Engineer. Similarly, For Projects With Significant Electrical Scope, Retain A Licensed Electrical Engineer. The Consulting Engineer May Be A Firm. Engaging A Verified Sdvosb Firm Is Always Encouraged. The Consulting Engineer (or Firm) Cannot Be The Ae Of-record Or Part Of Their Consulting Team. Upon Issuance Of Notice To Proceed, Gc Shall Immediately Submit To Va For Review And Information The Contact Information And Credentials Of The Contracted Consulting Engineer. construction Progress Meetings: the Contractor S Project Manager And Field Supervisor Shall Provide On-site Weekly Construction Progress Meetings With The Cor For The Entire Period Of performance. include Preparation Of Meeting Agendas, And Subsequent Minutes Of The Meeting For Each Event Not Later Than 1 Day (next Business Day) After Each Meeting. construction Progress Meeting Agenda S And Minutes Shall Include No Less Than: List Of Invitees/attendees, List Of Past/ongoing And New Issues Or Concerns, Indicate Days Remaining Per The Contract, Detail Any Safety Incidents, And Include Current Updated Copies Of The Rfi Log, The Shop Drawing Log, And A Detailed 3-week Look- Ahead And Utility Shutdown Schedule. daily Reports: the Contractor Shall Provide A Daily Report Each Day, Along With Accompanying Digital Photos And Other Supporting Documents. The Daily Report Shall Include: List Of Issues Or Concerns, Days Remaining Per The Contract, Detail Regarding Any Safety Incidents, Detail Of Daily Safety Inspections (including Items Checked And Corrective Actions Taken), Notations Regarding Any Visitors To The Work Area. use Of Va Form 10101 Contractor Production Report (fillable Pdf At Https://www.va.gov/vaforms/va/pdf/va10101.pdf) Is Required Each Day Even On Days With No Contractor Activity, Which Is What To Report On Such Days. Contractor May And Should Provide More Information Than Shown In The Standard Form, But The Standard Form Is Required. the Report Must Be Accompanied By Relevant Time And Date-stamped Photos Of Construction Progress Of Sufficient Quantity And Detail To Enable Viewers To Clearly See The Progress Of All Work To-date, All Issues Discovered (including Those Which Become The Subject Of Rfi S). Email The Va Form 10101 Contractor Production Report And Photos To The Cor Not Later Than 9 Am The Next Working Day. no Photography On Va Premises Is Allowed Without Written Permission Of The Cor. in No Case Shall The Gc Allow Any Team Member To Take Photographs With Patients, Visitors, Or Employees In The Picture. acceptance And Closeout: acceptance Criteria For The Work: schedule Demonstration Of New Equipment And Systems At Least 21 Calendar Days In Advance With The Cor. provide Factory Startup And Certification Of All Systems. demonstrate The Operation Of The System. newly Installed Water Or Medical Gas Piping And Distribution System Components Shall Be Flushed And Disinfected Prior To Being Placed In Service. Include Documenting Completion/certifications. startup And Testing Of New Systems Or Equipment, Or Moving In Va Purchased Equipment Or Furnishings, Or Their Use, Does Not Constitute Any Form Of Acceptance (or Beneficial Occupancy). The Project Is Planned Around The Complete, Complaint, And Unconditional Fulfillment Of All Requirements Of The Contract Which Enable The Work To Be Complete By Definition. Please Work With Va To Expedite This Process. closeout Records: Provide One Full-size, And One Half-size Printed Set Of As-built Drawings, As Well As Cd-rom Or Dvd-rom Media Containing A Complete Archive Of all Project Documents And Files, Including But Not Limited To: as-built Record Drawings Of The Installed Condition As Cad And Pdf Files. approved Shop Drawings. operations And Maintenance Manuals. spare Parts Lists. all Photographs. all Daily Reports. all Communications. all Pay Applications. all Communication, Change, And Cost Data. all Safety Records. a Project Warranty For Construction Written By The General Contractor, Projected To Start Upon Final Acceptance By Va (typically Within A Business Week Of Receiving A Complete And Compliant Closeout Package). where Manufacturer S Warranties Exceed One Year, Provide All Documentation Necessary For Va To Exercise Warranty Rights Beyond The Standard Gc Warranty. where Specified, Such As With Roofing Systems, Provide The Warranty Written By The Manufacturer To Va For The Term Specified Or Greater (typically 20 Years). note That Moving Furnishings Or Equipment Into The Space Does Not Constitute Occupancy Or Acceptance, However, Damage To Completed Work During These Activities Shall Be The Responsibility Of Va To Correct. lien Waivers And Other Documents Required By The Contracting Officer. part 5: Applicable Performance Standards all Work Shall Comply With all Va And Fhcc Policies Including And Not Limited To: Va Construction Safety And Va Infection Control Policies. codes, Standards And Executive Orders (topic 1) Found At Http://www.cfm.va.gov/til/cpro.asp 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc) 01 35 26 Safety Requirements 01 35 33 Infection Control Requirements 01 40 00 Quality Requirements 01 41 00 Regulatory Requirements 01 42 16 Definitions And Abbreviations coordinating With Va-retained Commissioning Agent (cxa) And Architect-engineer (ae). va Intends To Retain The Services Of An Independent Cxa. ae Field-verification And Documentation Of Compliant Systems Remains An Essential Part Of Construction Period Services. the General Contractor Is Responsible For Communication And Cooperation With The Ae And Cxa And Enabling Compliant Execution Of Contracts. no Action Or Inaction By The Ae, Cxa, Va, Or Other Government Agencies Ever Relieves The Gc From Responsibility To Deliver 100% Of The Project Requirements As Specified And Designed. the General Contractor Shall Have A Competent Supervisory Person On Site At All Times When Any Worker(s) Or Subcontractor(s) Are Present. The General Contractor Is Also Required To Maintain On Site A Competent Site Safety And Health Officer (see 01 35 26 Safety Requirements When Any Worker(s) Or Subcontractor(s) Are Present. The Va Cor May, At His Or Her Discretion, May Allow The Competent Supervisory Person To Also Act At The Ssho, Based On Demonstrated Competency And Performance In The Two Roles. If Demonstrated Lack Of Competency Or Effectiveness In Either Role Is Observed, The Va Cor May Revoke The Privilege. safety: prior To Any Activity, Review The Following With All Project And Craft Team Leaders: 01 35 26 safety Requirements. the Contractor Shall Provide A Proactive And Complaint Construction Safety And Accident Prevention Plan In Accordance With The Occupational Safety And Health Act, 01 35 26 Safety Requirements, And Site-specific Policies: all Persons Working On Any Electrical Systems Rated 50 Volts Or More Shall Have The Minimum Qualification As A State Licensed Master Electrician Or Registered Journeyman Electrician, And All Activities Shall Follow The Safe Work Practices In Compliance With Nfpa 70e Electrical Safety In The Workplace. 01 35 26 Safety Requirements Is Included In Its Entirety In This Contract. Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees In Accordance With 29 Cfr 1910, 1926, & 1960 Of The Occupational Safety And Health Act Of 1970, As Amended. because Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees, Part Of A Compliant And Effective Safety Management Program Requires Each Employer To Plan And Implement Their Own Compliant Permit- Required Work Including Written Permits. Do Not Rely On, Or Request That Va Generate Required Permits Such As Hot Work Or Confined Space Documents. prior To The Beginning Of Any Work, Fire Extinguisher(s) Complying With Nfpa 10 Shall Be Pedestal-mounted In The Work Area. Inspection Of The Work Area Includes Verification That Inspection Tags Are Current. Where Non-compliant, The Contractor May Be Required To Remove And Replace The Unit(s) Before Resuming Work Activity. all Work In Crawl Spaces Shall Be Planned And Carried Out As Osha Permit-required Confined Space. immediately Stop Work And Notify The Cor If Asbestos Is Noticed Or Suspected In The Area Of Work. exception: The Above Will Not Necessarily Apply To Areas Where The Documents Call for Abatement Activities. This Item Is Concerned With Unplanned Locations. fire-seal All Penetrations Made Or Discovered Through Any Wall Or Floor Assembly With Ul Listed Fire-rated Products Or Systems. infection Control: 01 35 33 Infection Control Requirements Is Included In Its Entirety In This Contract. Its Construct Is Enabling For Each Condition Experienced Through Each Phase Of The Work. The Following Are High-level Requirements Most Often Found Deficient During Inspections Yet Required. prior To Any Activity, Review The Following With All Project Team Leaders: 01 35 33 infection Control Requirements. review And Comply With Containment Construction And Sequence Described In The Design And Specification Documents. provide A Modular Dust-tight System Designed And Manufactured Specifically To Be Used As A Temporary Construction Isolation Barrier. before The Start Of Work Provide Pressure Differential Monitoring System At The Entry Door To The Construction Area To Prove That The Construction Area Is Under Negative Pressure. Maintain Daily Logs Of Readings And Submit To The Cor Weekly. Remove At The Completion Of Construction. walk-off Sticky Mats Are Required At All Times Inside And Outside All Entry / Exit Points To All Workspaces. Sticky Mats Must Be Changed At Least Once Per Shift, Or More As Required By The Construction Or Cor. Size Sticky Mats To Match The Width Of The Door Opening And Ensure That No Less Than 24 Depth Is Provided. block Off All Hvac Return Ductwork And Louvers To Prevent Introduction Of Dust Into The Hvac System. 1) Where Existing Hvac Ducts Are Being Removed, Immediately, Permanently, And Compliantly Seal Off The Opening. provide High-efficiency Particulate Air Filtration (hepa) Recirculating Air Equipment Inside The Workspace. Size The Air Filtration System Sufficiently Large Enough To Ensure That Negative Pressure Remains Effective When Doors Are Opened. when Working Above The Ceiling Outside Of The Work Area, Such As In A Corridor, Open Only One Ceiling Tile At A Time, And Provide Dust Containment Tent Or Portable Containment Cube, With Hepa Filtering Negative Air System To Seal The One Opening. broom-sweep The Work Area At The End Of Each Day (or Shift During Days With Multiple Shifts). Provide Hepa Vacuum And Damp (not Wet) Mop Daily Where Broom Sweeping Creates Airborne Dust. provide Fire-sealing Of All Existing Wall And Ceiling Openings In Area Of Work Needed To Allow The Hepa Filtration Equipment To Effectively Generate Negative Air Pressure Within The Work Area, With Respect To The Surrounding Area. provide Hepa-filtered Vacuum Cleaning Of All Surfaces, And Damp Mop The Work Area Every Day. do Not Allow Corrugated Carboard To Be Stored For Any Period Of Time Within The Hospital. Upon Arrival, Unpack, And Transfer All Products From Cardboard Containers To Sealed plastic Containers, And Immediately Dispose Of The Cardboard Outside Of The Building. part 6: Site-specific Requirements project Number And The Contract Number In The Subject Line Of All Emails And Documents. Example: 556-23-101 Renovate B134-2c Clc , Or Simply 556-23-101 B134-2c And Then Specific Subject Such As Pay App, Rfi, Submittal, Meeting, Etc. Transmissions Deviating From This Focused And Simple Standard May Be Rejected, Or Simply Lost Because Recipients Could Not Readily-acquire Their Subject Or Importance Over The Plethora Of Ambiguous Emails Received Each Day. comply With All Site-specific Requirements And Sops Including And Not Limited To: Key Policy, Badging Policy, Rules Of Behavior, And Smoking Policy. normal Construction Work Hours Are 7:00 Am To 3:30 Pm Monday Through Friday. normal Work Hours Can Be Modified Only By Written Approval Of The Cor, And At No Additional Cost To Va. no Work By The Contractor On Federal Holidays, And No Work On The Weekend When The Federal Holiday Is On The Respective Monday Or Friday. no Work In Stairs, Corridors, Lobbies, Or Other Interior / Exterior Public Areas Shall Be Performed During The Above-designated Work Hours. any Work Including And Not Limited To Noise, Vibration, Dust, Odors, Core Drilling, Hammer- Drilling, Saw Cutting, Equipment Moving In Public Corridors, Soil Compaction Shall Be Performed During The Above-designated Work Hours Only. crane Lifts, Or Any Work That Closes Drive Isles, Closes Building Entries, Or Closes Public Corridors Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. all Building Systems Shall Be Maintained In Full Operation At All Times: request Utility System Shutdowns In Writing Not Less Than 21 Calendar Days In Advance And Scheduled With The Cor At Times Least Impacting Patient Care. shutdown Work Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday. wherever Demolition Is Planned, Ceiling Tiles Are To Be Removed, Or The Sprinkler System Is To Be Disabled, Gc Shall First Provide Uniform Heat Detection Throughout The Work Area, Connected To The Existing Supervised Building Master Fire Alarm System, For The Duration Of The Work. Fire And Or Smoke Detection Devices Shall Be Provided Prior To Turnover And Acceptance. deliveries, Parking, Elevators: deliveries At The Dock: At Time Of Delivery: Provide Vehicle Information To The Va Police And Remove The Vehicle As Soon As Delivery Is Complete. Move Materials In Public Corridors During Low Patient Times Between 6 Pm Through 6 Am The Following Day. no Parking In The Va Garages. As Part Of The Mobilization Plan Submission, Indicate Where Workers Are To Park. contractor Shall Use Freight Elevators. Do Not Move Materials And Employees In Passenger Elevators Without Written Approval Of The Cor, And Never Within Elevators Occupied By Staff Or Patients. the Mobilization Plan Submission Shall Indicate If And Where A Construction Dumpster Is Intended To Be Placed. The Contractor Shall Provide A Construction Dumpster With A Locked Safety Fence Surrounding It, At A Location Submitted To And Approved By The Cor. Pavement, Concrete Surfaces, And Landscaping Shall Be Protected From Damage Resulting From Delivery And Retrieval, Loading And Unloading, And Dumpster Weight. construction Waste Diversion Reports Are Required For Every Dumpster Removed From Every Construction Site At Every Va Facility. Provide These Reports To Va Cor Immediately After The Waste Hauler Removes Each Dumpster To Comply With Va Gems Policy. no Trash, Used Packaging, Or Construction Spoils Shall Be Stored In The Work Area. Never Use Dumpsters Other Than Those Rented For This Work. Severe Penalties, Including Potential Criminal Charges May Be Levied For Use Of Government-rented Or Owned Containers, Or Those Of Other Contractors. trash Removal From The Work Area Shall Be Within Gondolas Which Have Sealed Covers (completely Enclosed), And During Non-business Hours, Via The Freight Elevators. no On-site Office Or Storage Container Shall Be Allowed. Provide Just-in-time Delivery And Pickup. Coordinate With The Cor For Staging Within The Area Of Work. no Music Radios Within Work Areas. no Noise Generated Within The Work Area Can Be Allowed To Leave It. the Use Of Powder-actuated Fasteners Is Forbidden. performing Demolition Using Motorized Equipment, Whether Tracked Or Wheeled, Pushed Or Driven, Is Forbidden. two-way Communications Radios Are Allowed Where Transmit/receive Frequencies Will Not Disrupt Any Hospital System. before Starting Work The Contractor Shall Give 21 Days Notice To The Cor So That Security Arrangements Can Be Provided For The Employees. This Notice Is Separate From Any Notices Required For Utility Shutdown Described Elsewhere In This Section. va Reserves The Right To Close Or Shut Down The Project Site And Or Require Contractor Employees To Leave The Premises In The Event Of A Civil Emergency Or Operational Requirement. The Contractor May Return To The Site Only With The Written Approval Of The Cor. compatible System Procurements Shall Include The Following: locks And Keys: Temporary And Permanent Door Hardware Shall Be Compatible With Bestâ® 7-pin, G-keyway, Interchangeable Core. Prior To Commencement Of Work, The Contractor Shall Provide Va With Blank Cores; Quantity Matching The Number Of Openings Planned. Va Shall Then Provide Construction Coring, And A Key For Same To The General Contractor, Who Will Sign Acknowledgement And Receipt And Responsibility For The Key Until Returned To The Va Cor. Final Pinout And Keying Is Provided By Va. exit Signs: All Exit Signs Shall Be City Of Chicago Approved Specification Red Letters On White Edge-lit Led Fixtures Continuously Illuminated 90 Mins. After Loss Of Power, Push-to- Test Switch And Led Pilot Light On The Housing, Available As Single Or Double-sided Models, And Meeting Ul924. building Automation: Components, Programming And Start Up: Native Bacnet Communications Protocol For Building Automation And Control (bac) Connected To The Existing Johnson Controls Head End Equipment. 27 15 00 Communications Cabling (and Other Specifications Which Include Telecom Cabling): All New Telecom Cabling Shall Be Cat 6a Vs. 5e. Cat 6a Telecom Cable, Termination Punch-down T-568-(b.1, B.2, C.2, Etc.), Tested And Certified (submit Result To Cor), 6-port Modular Wall Jacks With Two Rj45 On Top And Bottom And Two Blanks In Middle. While Va Facilities Generally Do Not Include Plenum Return Spaces Above Ceilings, It Nonetheless Requires Plenum-rated Teledata Cabling Complying With Codes Pertaining To Plenum Environments. sole Source Procurement, The Contractor Shall Provide Fully Functional Complete Systems, Including The Following Sole Source Procurements For The Following Special Systems: fire Alarm: Components, Programming And Start Up Within The West Campus Is By Johnson Controls/simplex. building Automation: Components, Programming And Start Up: Automated Logic Company Of Chicago. proximity Card Reader And Door Lock Release Entry System: Components, Programming And Start Up: Enorman patient Lift Systems And Components: Guldmann
Closing Date11 Mar 2025
Tender AmountRefer Documents 
1471-1480 of 1670 active Tenders