Oxygen Tenders
Mariano Marcos Memorial Hospital And Medical Center Tender
Healthcare and Medicine
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 999.9 K (USD 17.1 K)
Details: Description 1 187.00 50 Roll Absorbent Cotton, Pure, 400-500 Grams, Smooth, With Usp Standard Of Absorbency 2 15.00 4,000 Piece Blood Transfusion/administration Set, Disposable, Luer Lock 3 150.00 10 Piece Bp Cuff, Thigh Size With Velcro Cuff 4 7,000.00 8 Pail Carbon Dioxide Absorbent, 5 Gal/pail 5 35.00 100 Piece Catheter Foley Balloon, 2 - Way, Sterile, Fr. 10 Silicone Coated, Needleless 6 35.00 100 Piece Catheter Foley Balloon, 2 - Way, Sterile, Fr. 12 (adult) Silicone Coated, Needleless 7 35.00 500 Piece Catheter Foley Balloon, 2 - Way, Sterile, Fr. 14 (adult) Silicone Coated, Needleless 8 35.00 400 Piece Catheter Foley Balloon, 2 - Way, Sterile, Fr. 16 (adult) Silicone Coated, Needleless 9 35.00 100 Piece Catheter Foley Balloon, 2 - Way, Sterile, Fr. 18, Silicone Coated, Needleless 10 15.00 1,100 Piece Catheter Iv With/without Injection Port And Wings, With Luer Lock, G. 26, (smooth Insertion) 11 15.00 1,500 Piece Catheter Suction, Fr. 5, Silicone/silicone Coated, Blunt/round Tip, With Control Hole 12 15.00 1,500 Piece Catheter Suction, Fr. 8, Silicone/silicone Coated, Blunt/round Tip, With Control Hole 13 200.00 45 Roll Ecg Paper, 110mm/roll, Compatible With The Existing Phillips Machine With Grid Lines 14 300.00 40 Roll Ecg Paper, 80mm X 20m, With Grid Lines, Compatible With The Existing Lepu Machine 15 35.00 50 Piece Endotracheal Tube, Size 4.0 Uncuffed, Plain, Sterile 16 35.00 50 Piece Endotracheal Tube, Size 4.5 Cuffed, Plain, Sterile 17 55.00 100 Piece Endotracheal Tube, Size 5.0 Cuffed, Plain, Sterile 18 150.00 500 Box Gloves, Examination, Non-sterile, Large, 100% Nitrile, Strong Barrier Protection, Puncture And Chemical Resistance, Powder Free, Hypoallergenic, Thickness (palm: 0.08mm) ; (finger: 0.008mm) With Thimble Fingertip, Blue Or Violet, 100's/box 19 30.00 800 Pair Gloves, Surgical, Natural Rubber Latex, Powder Free, White, Anatomic Shape, Straight Cuff With Adhesive Band, Micro-textured, Chlorinated And Siliconized External Surface, Polyurethane Coated And Siliconized Internal Surface, Thickness (finger: 0.220mm) ; (palm: 0.200mm) ; (cuff: 0.200mm) With A Minimum Length Of 290mm, With Acceptance Quality Limit Of 0.65, Size 6.5 20 30.00 800 Pair Gloves, Surgical, Natural Rubber Latex, Powder Free, White, Anatomic Shape, Straight Cuff With Adhesive Band, Micro-textured, Chlorinated And Siliconized External Surface, Polyurethane Coated And Siliconized Internal Surface, Thickness (finger: 0.220mm) ; (palm: 0.200mm) ; (cuff: 0.200mm) With A Minimum Length Of 290mm, With Acceptance Quality Limit Of 0.65, Size 7.0 21 30.00 700 Pair Gloves, Surgical, Natural Rubber Latex, Powder Free, White, Anatomic Shape, Straight Cuff With Adhesive Band, Micro-textured, Chlorinated And Siliconized External Surface, Polyurethane Coated And Siliconized Internal Surface, Thickness (finger: 0.220mm) ; (palm: 0.200mm) ; (cuff: 0.200mm) With A Minimum Length Of 290mm, With Acceptance Quality Limit Of 0.65, Size 7.5 22 1,680.00 15 Set Mechanical Ventilator Breathing Circuit Neonate, Disposable Double Limb Straight Breathing Circuit, Neonate; 150cm/10mm Inner Diameter (2 Color For Easy Assembly), With Adult Wye Piece Type Connector With Metered Dose Inhaler Port, 1 Piece - Elbow Connector, 1 Piece - Straight Connector, 1 Piece - Endotracheal Tube Connector, 1 Piece -elbow Connector, 1 Piece-straight Connector, 1 Piece Endotracheal Tube Connector, 1 Piece Humidifier Tube, 2 Pieces - Manual Open Water Traps, 1 Piece - Cap Plug, Simple, Lightweight, Single-use, Disposable, Low Resistance And Low Compliance 23 57.50 300 Piece Nebulizer Tubing With Tee, Mouthpiece, And With Face Mask, Adult, Disposable 24 33.00 200 Piece Nebulizer Tubing With Tee, Mouthpiece, And With Face Mask, Pedia, Disposable 25 250.00 120 Pack Sterile Water For Oxygen Inhalation With Nebulizer Adapter, At Least 350ml/pack 26 1,250.00 120 Box Syringe, Disposable, 10cc, G. 21 X 1 Needle, Luer Lock, Graduated Calibration, 100’s/box 27 1,037.00 100 Box Syringe, Tuberculin, Disposable, 1cc, G. 25 X 5/8, Graduated Calibration, 100’s/box 28 200.00 1,314 Piece Volumetric Solution Flow Regulator Infusion Set With Clear Graduated Cylinder, Microdrip, 150ml, With Stopper, With Rolling Regulator, 10ml/hr - 250ml/hr Or Its Approved Equivalent, With Wide Sterile Spike ,needleless Y Port
DEPARTMENT OF EDUCATION BAGUIO TEACHERS CAMP Tender
Textile, Apparel and Footwear
Philippines
Closing Date14 Mar 2025
Tender AmountPHP 407.7 K (USD 7 K)
Details: Description The Department Of Education - Baguio Teachers Camp Though It's Bids And Awards Committee (bac) Is Now Inviting Interested Suppliers To Quote On The Following Items: 1 200 Piece Bleach, Colorsafe, Blossom Fresh Scent, With Oxygen Bleach, 900ml 2 192 Can Air Freshener, Aerosol Type, 150g 3 225 Piece Dishwashing Paste, 200g, Lemon, Anti-bacterial 4 1,000 Bar Detergent Bar, 140-150g As Packed 5 75 Pouch Detergent Powder, All Purpose, 1kg 6 110 Can Multi Insect Killer, Solvent-based Aerosol, 450-500ml, Contains Petroleum Distillates, Water Based/scented/odorless, W/ Cypermethrin, Imiprothrin, Pralletrin 7 350 Bottle Cleaner, Toilet Bowl And Urinal, 900-1000ml 8 400 Pack Trashbag, Xxl, Biodegradable, Thick, 10's Per Pack 9 1,500 Pack Trashliner, Biodegradable, 10's Per Pack 10 440 Pack Fabric Conditioner, 36-40ml 11 55 Piece Toilet Bowl Brush With Holder 12 100 Pcs Deodorant Cake, 100g, Scented 13 110 Can Floorwax, Paste Type, Red, 2kg 14 10 Case Bleach, Liter (24 Bottle/case) 15 50 Piece Push Brush, Heavy Duty, Plastic Long Handle 16 60 Piece Hand Brush, Wooden, Standard Size 17 40 Piece Toilet Pump, Rubber 18 20 Piece Long Broom, Plastic 19 30 Piece Mop Handle, Heavy Duty 20 80 Piece Mop Head, Made Of Rayon 21 75 Piece Utility Pail, Heavy Duty, 16l, W/ Metal Handle 22 75 Piece Water Dipper, 42.5 X 13cm Note: Add 6% Tax **********nothing Follows*********** Instructions: Note: Failure To Follow Theses Instructions Will Disqualify Your Entire Quotation 1 Accomplish This Rfq Correctly And Accurately. 2 Do Not Alter The Contents Of This Form In Any Way. 3 All Mandatory Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. Terms And Conditions 1. Bidder Shall Provide Correct And Accurate Information Required In This Form. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of The Republic Act 9184 And The Deped Customized Agency Procurement Manual (cam). 2. Price Quotation/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 6. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On: [ ] Lot Basis, Hence Only Complete Bids Are Accepted, No Partial Bids Allowed. Award Shall Be Made To The Bid/ Quotation Or Combination Of Quotations Resulting In The Total Lowest Calculated And Responsive Bid/quotation (for Good And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Technical Specifications And Other Terms And Conditions Stated In The Contract / Po. Or [ ] Per Item Basis Where Each Item To Be Evaluated And Awarded Separately Under Separate Contracts; Or, Several Items Grouped Together To Form One Complete Lot To Be Awarded To A Single Bidder To Form A Singular Complete Contract; Or, Similar Items To Be Grouped Into Several Lots, And Evaluated And Awarded As Separate Contracts. 7. The Item/s Shall Be Delivered Within The Terms Specified In The Approved Purchase Order (po)/ Notice To Proceed (ntp). Payment Shall Be Made Immediately Upon Receipt Of The Goods (complete) And Or Completion Of Service/s (as Specified In The Terms And Conditions In The Contract/po)/ Demand For Payment And Submission Of The Required Supporting Documents If Any. 8. Representatives From The Property And Supply Section, Commission On Audit (coa), And Accounting Section Shall Have The Right To Inspect And / Or Test The Goods To Confirm Its Compliance To The Technical Specifications. 9. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Baguio Teachers Camp Shall Rescind The Contract / Po Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10.the Btc-bac Reserves The Right To Accept Or Reject Any And All Bid/s, To Annul The Bid Opening Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s. 11. Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. Please Quote Your Best Offer For The Item Described Herein Addressed To: "ma. Susan T. Bustarde Administrative Officer V Chairperson, Btc Bids And Awards Committee (btc-bac) Telephone No.: (074) 442-7148" Submit Your Sealed Bids/quotation Duly Signed By You Or Your Duly Authorized Representative And Copies Of The Required Documentary Requirements Not Later Than 10:00am On March 14, 2024 Quotations May Be Submitted Through Fax Or Electronic Mail With The Following Documents At Teacherscampbac@gmail.com Or At: Bac Secretariat Property And Supply Unit Administrative Section Deped Baguio Teachers Camp Leonard Wood Road, Baguio City Tel/fax #: 074-442-7148 Eligibility Requirements: 1. Business Permit, 2. Dti Registration, 3. Bir Tax Clearance Certificate, 4. Philgeps Certificate Of Registration, And 5. Notarized Omnibus Sworn Statement.
City Of Tangub Tender
Healthcare and Medicine
Philippines
Closing Date28 Apr 2025
Tender AmountPHP 915.6 K (USD 15.7 K)
Details: Description 5 Pks. Micro Edta 10 Bxs. Phytomenadione 10mg/ml, 1ml Ampul, 10’s 10 Bxs. Oxytocin 10iu/mi, 1 Ml Ampul, 10’s 2 Amp. Dexamethasone 4mg/ml, 2ml Ampul, 1’s 3 Tube Erythromycin 0.5%, 5g Eye Ointment, 1’s 4 Amp. Tranexami Acid 100mg/ml, 5ml Sol’n. Ampul, 1’s 4 Amp. Dexamethasone 5mg/ml, 1ml Ampul, 1’s 4 Amp. Calcium Gluconate 10%, 10ml Injection Vial, 1’s 5 Amp. Diphenhydramine 50mg/ml, 1ml Ampul, 1’s 2 Amp. Atropine 1mg/ml, 1ml Sol. For Injection Ampul, 1’s 4 Bxs. Diphenhydramine 50mg Cap., 100’s 4 Amp. Dexamethasone 4mg/ml, 2 Ampul, 1’s 20 Vls. Lidocaine Hcl 2%, 50ml Sol. For Injection Vial, 1’s 30 Tube Lubricating Jelly 113gm 20 Bots. Isopropyl 70% Alcohol (1 Gal.), 1’ 8 Bots. Disinfectant Concentrated Liquid 1 Gal, 1’s 15 Bots. Povidone Iodine 1 Gal., 1’s 2 Pcs. Fetal Doopler 1’s 2 Pcs. Pedia Stethoscope 1’s 2 Pcs. Adult Stethoscope 1’s 10 Pcs. Bp Apparatus Manual 1’s 36 Pcs. Digital Thermometer 1’s 19 Bxs. Surgical Gloves S-7.5, 50’s 20 Bxs. Surgical Gloves S- 7.0, 50’s 10 Bxs. Surgical Gloves S- 6.5, 50’s 2 Pcs. Otoscope Set 1’s 15 Bxs. Clean Gloves Small, 100’s 30 Bxs. Clean Gloves Large, 100’s 30 Bxs. Clean Gloves Med., 100’s 50 Pcs. Iv Cannula G20, 1’s 50 Pcs. Iv Cannula G22, 1’s 32 Pcs. Iv Cannula G24 (1’s) 50 Bxs. Disposable Syringe 3ml, 100’s 50 Bxs. Disposable Syringe 1ml, 100’s 30 Bxs. Disposable Syringe 5ml, 100’s 30 Pcs. Disposable Syringe 50ml, 1’s 3o Pcs. Urine Drainage Bag, 1’s 30 Rolls Gauze Roll, 1’s 24 Bots. Sodium Chloride 0.9%, 1l Sol. For Injection Bot., 1’s 24 Bots. Lactated Ringer’s, 1l Sol. For Injection Bot., 1’s 25 Bots. Sodium Chloride 0.9%, 1l Irrigation Sol., 1’s 24 Bots. Dextrose + Lactated Ringer’s 5% 1l Sol. For Injection Bot., 1’s 20 Pcs. Hemostatic Forceps Straight 6.25’, 1’s 20 Pcs. Surgical Scissor, 1’s 50 Bxs. Surgical Face Mask, 50’s 5 Bxs. Ibuprofen 200mg Tab., 100’s 5 Bxs. Cetirizine Dihydrochloride 10mg Tab. 5 Bxs. Loperamide 2mg Cap., 100’s 2 Bxs. Captopril 25mg Tab., 100’s 6 Pcs. Ice Bag 6’, 1’s 4 Pcs. Rubber Hot Water Bag 500ml, 1’s 26 Botas. Methyl Salicylate+camphor+menthol 225mg/75mg/60mg Per Ml Liniment 25ml (extra Strength) 26 Bots. Menthol+methyl Salicylate + Eucalyptus Oil No. 4 5ml 4 Pks. Brown Paper Bag # 4 (4.7x3x8.7” 55gms), 50’s 9 Bxs. Adhesive Plastic Bandages, 100’s 30 Pcs. Iv Cannula G18 1’s 5 Tank Medical Oxygen Flask Type (mo2), 1’s 10 Bxs. Urine Strips 5 Pks. Red Top (chemistry) 5 Pks. Edta (adult) 2 Sets Rayto 7600 Hematology 3 Part Reagent Hematology Control Set 2 Bots. Rayto 7600 Hematology 3 Part Reagent Conc. Cleaner/rayto 100ml 2 Bots. (for Chemistry Machine Diasys )uric Acid Tbhba 100ml 2 Bots. (for Chemistry Machine Consumable Diasys) Glucose God Fs 600ml 2 Bots. (for Chemistry Machine Consumable Diasys) Creatinine Fs 500ml 2 Bots. (for Chemistry Machine Consumable Diasys) Cholesterol Fs 600ml 2 Bots. Rayto 7600 Hematology 3 Part Reagent Lyse 500ml 10 Bots. Rayto 7600 Hematology 3 Part Reagent Diluent 20l 10 Bots. Rayto 7600 Hematology 3 Part Reagent Cleaner 1l 20 Bxs. Chromic 2.0 Curve 20 Bxs. Chromic 3.0 Curve 10 Bxs. Silk Braided 5.0, 12’s 10 Pcs. Occlusive Dressing (tegaderm) 6 X 8 2 Pcs. Sterile Burn Sheets 60’ X 90’ 2 Pcs. Bed Pan 15 Bxs. Surgical Gloves S-6 50’s 5 Pcs. Alligator Forceps 1 Box. Surgical Blade # 10 1 Box Surgical Gloves # 11 1 Box Surgical Blade # 12 1 Box Surgical Blade # 15 1 Box Surgical Glove# 20 6 Pcs. Scalpel Holder 10 Pcs. Multipurpose First Aid Kit Medicine Box Large, 1’s
Bureau Of Plant Industry Tender
Chemical Products
Philippines
Closing Date25 Apr 2025
Tender AmountPHP 78.6 K (USD 1.3 K)
Details: Description Rfq No. 0390 Pr No. 0799-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Supply And Delivery Of Chemicals And Filtering Supplies Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Item. 10. Deadline For Submission Of Bids: April 25, 2025 (8:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Forty-five (45) Calendar Days Upon Receipt Of Purchase Order (p.o.) 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 78,698.00 End User: Nsqcs Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price Chemical And Filtering Supplies 4 Packs Pcr Tube Rack, For 0.2 Ml Tubes, 96-well, Assorted Colors, Polypropylene, Removable Hinged Lid Lies Flat, Alphanumeric Identification For Quick Location And Retrieval Of Tubes, Autoclavable, Pack Of 5 8,450.00 3 Packs Microcentifuge/pcr Tube Rack, Reversible, Polypropylene, Removable Hinged Lid Fits Both Sides, Pcr Side Of The Tube Rack Holds 8 Or 12 X 0.2 Ml Tube Strips Or Individual Tubes, Reverse Side Holds 0.5 Ml Tubes, Both Sides Of The Tube Rack Have 12 Wells For 1.5 Ml Tubes, Autoclavable, Pack Of 5 8,466.00 3 Packs Silcone Mat For Pcr Plate, Sealing Plate Of 48 Or 96 Wells, With Printed Alpha-numerics, Reusable, Autoclavable, Compatible With Oxygen Pcr Plate 6,500.00 Note: Please Provide A Pictures Or Catalogue Number Of The Items To Be Provided For Checking Of Specifications "place Of Delivery: Bpi-property And Supply Section, Bpi San Andres, Malate, Manila Delivery Period: 45 Calendar Days From The Receipt Of The Purchase Order (p.o.)" Grand Total 78,698.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
DEPT OF THE ARMY USA Tender
Automobiles and Auto Parts
United States
Closing Date2 May 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Announcement For Mmd Fpf Trucking Services. This Is Not A Request For Proposals(rfp), Or Request For Quotations (rfq). The U.s. Army Corps Of Engineers (usace), Seattle District, Is Conducting Market Research To Determine The Availability Of Qualified Small Business Firms Capable Of Transporting Live Salmonids From Pick-up Site To Release Site Location, Upstream Of The Dam. The Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Announcement Or Any Follow-up Information. the Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Potentially Qualified Small Business, 8(a), Woman Owned Small Business, Service-disabled Veteran Ownedsmall Business, And Hubzone Contractor Sources; As Well As Their Size Classifications Relative To Thenaics Code Is484220, Specialized Freight (except Used Goods) Trucking Local,psc Code Is V119, Transportation And Logistics Services Andsmall Business Size Standard$34 Million Dollars. depending Upon The Responses Associated With The Business Categories Listed Above, The Solicitation Will Either Be Set Aside Or Be Issued As Unrestricted And Open To Both Small And Large Businesses. After Review Of The Responses To This Announcement And If The Government Still Plans To Proceed With This Project; A Separate Solicitation Announcement Will Be Published On Sam.gov (www.sam.gov). Responses To This Announcement Are Not An Adequate Response To Any Future Solicitation Announcement. basic Scope Of Requirement: transportation Of Trailers From The Pick-up Site Location Of Mmd And The Release Site Location Is Located On Bridge Lamp Road (further Details Of Route Attached). We Are Supplying Five 5,200 Gallon Trailers, For The Transportation Of The Fish (details Of The Trailer’s Are Also Attached). Government Employees Will Only Assist With Filling Trailers With Water, Loading Fish And Releasing Fish. The Expected Time Frame Of Work Will Be From July - October 2025.during The Performance Of This Work, Must Comply With All Current Osha Regulations And The Requirements Contained In Engineering Manual 385-1-1 Us Army Corps Of Engineers Safety And Health Requirements Manual. Prior To Start Of Work, Government Approval Is Required For The Accident Prevention Plan. key Requirements/notes: requirements For Each Truck Are: minimum 425 Horsepower minimum 12 Speed Transmission capability To Couple With Fish Transport Trailer, To Include All Air And Electrical Connections. Truck Shall Have At A Minimum Two 7 Pin Trailer Connectors equipped With Cb Radios capable Of Hauling A Full 5,200 Gallon Fish Transport Trailer Up 7% Grade On State Highway must Pass The Equipment Safety Check insurance For Truck And Payload height Of Truck Is Restricted To The Clearance For The Fish Loading Bay Which Is 13 Ft able To Traverse On Gravel Roads requirements For The Drivers Are: class A Cdl With Tanker Endorsement able To Pass Background Check follow Traffic Laws provide Up To 4 Trucks With Drivers For The Performance Of The Work Described Below. Each Truck Must Be Capable Of Working Up To 12 Continuous Hours In A Single Day. needs Will Vary Day To Day Depending On Factors Such As Fish Run Size, Fish Trap Attraction Success Rate, Equipment Breakdowns, Weather, Etc. During Peak Operations, All Trucks May Be Utilized, Working 12 Hours A Day 7 Days A Week. During Slower Periods, The Number Of Trucks May Vary Between 0 And 4 notice Of Number Of Trucks Needed For Mobilization Will Be Given 24-hour Notice And A 12-hour Notice For Truck Demobilization inability To Meet The Mobilization And Demobilization Requirements Stated Above May Be Grounds For Termination while Onsite, Contractors Shall Be Easily Identifiable To The Government Employees And The Public. This Can Be Achieved By Wearing Clothing With Company Logo, Hardhats With Company Logo, Vests With Company Logo, Etc. during The Transportation Of Live Fish, The Drivers Are Required To Monitor The Dissolved Oxygen Levels Within The Trailer. When Necessary, Drivers Shall Make Adjustments To Maintain Acceptable Levels. This Will Be Performed Via An Electronic Tablet Device That Is Remotely Synced To The Trailer. The Tablet Will Be Handed To The Driver Upon Coupling To The Fish Transport Trailer. Need For Adjustments Is Anticipated To Be Minimal drivers Will Have To Back The Trailers Up To The Chute In Order To Release The Fish. trucking Operations Typically Will Be Between The Hours Of 0600 And 1900 And May Be Required 7 Days A Week. interested Firms: all Interested Parties Who Believe They Can Meet The Requirements Are Invited To Submit, In Writing, Complete Information Describing Their Interest And Ability To Meet All Requirements Stated Above. Prior Government Contract Work Is Not Required For Submitting A Response To This Announcement. firm's Name, Address, Point Of Contact, Phone Number, And Email Address. cage Code And Unique Entity Id (uei) Number. business Classification: Small Business (sb), Small Disadvantaged Business (sdb), Woman Owned Small Business (wosb), Veteran Owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), Historically Underutilized Business Zone Small Business (hubzone), 8(a) Program, Other Than Small Business (large Business). must Be Actively Registered In System For Award Management (sam.gov)and Remain Active For The Duration Of The Contract To Be Eligible For Government Contracts. note: the Requirements Mentioned Above Are Just Basic And Could Change Depending On A Variety Of Factors But Should Cover Most Expectations. Further Details Will Be Added When We Go For Solicitation, Including How Policies & Procedures Will Be Conducted On Site Or If Any Basic Requirements Have Changed. responses submit Responses To: Brantley Dowell, Contract Specialist, Via Email At Brantley.w.dowell@usace.army.mil. Responses Should Be Sent As Soon As Possible, But No Later Than 12:00 Pm Pdt, 2 May 2025. sba Representative: name: Enshane Hill-nomoto email Address:cenws-sb@usace.army.mil
BATANGAS STATE UNIVERSITY ALANGILAN Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date2 Jun 2025
Tender AmountPHP 182.8 K (USD 3.1 K)
Details: Description Republic Of The Philippines Batangas State University Alangilan, Batangas City Request For Quotation "procurement Of Laboratory Supplies And Materials Expenses" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Laboratory Supplies And Materials Expenses" With An Approved Budget For The Contract (abc) One Hundred Eighty-two Thousand Eight Hundred Twenty-five Pesos Only (php 182,825.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description 1 2 Unit Air Blower Rated Input Power: 800w Professional Blower And Dust Extraction 2 25 Piece Arduino Uno Atmega328p Uno R3 Board Atmega328 Arduino Compatible With Cable Dip Type Microcontroller: Atmega328 - Operating Voltage: 5v - Input Voltage (recommended): 7-12v - Input Voltage (limits): 6-20v - Digital I/o Pins: 14 (of Which 6 Provide Pwm Output) - Analog Input Pins: 6 - Dc Current Per I/o Pin: 40 Ma - Dc Current For 3.3v Pin: 50 Ma - Flash Memory:32 Kb (atmega328) Of Which 0.5 Kb Used By The Bootloader - Sram: 2 Kb (atmega328) - Eeprom: 1 Kb (atmega328) - Clock Speed: 16 Mhz 3 2 Roll Auto Electrical Wire #18 Auto Wire Size 18 Circuit Auto Wire (black) #18 100ft Length 4 2 Piece Ball Joint Separator Ball Joint Separator Heavy Duty Scissor Type Splitter Tie Rod End Adjustable Car Ball Joint Separator Puller Extractor Removal Tool For Automotive Steering System Tool 5 2 Piece Casa Grande Comprises: Removable Brass Cup, Adjustable Crank And Cam Mechanism, Blow Counter, And Base. Manually Or Motor Operated. 6 2 Piece Engine Start Power Button Switch 7 2 Unit Filament Dehydrator Storage Box Filament Dehydrator Storage Box With Advanced Ptc Heating Technology Or Higher And Better Features Input Voltage: Us 110v 50/60hz; Gb/uk/eur 220v 50/60hz Rated Power: 160w Temperature Control Range: 45 C-70°c Heating Duration: 0-48h Filament Diameter: 1.75mm/2.85mm Net Weight: 1900g Package Size: 343x226x300mm/13.5x8.8x11.8in 8 15 Piece Hacksaw Blade (all Hard Blade) 18 Tpi 9 3 Piece Le Chatelier Specific Gravity Flask Capacity To Hold About 250ml In The Body And 17ml In The Neck Graduations Conveniently 0-1ml The Bulb And 18-24ml Above 10 2 Piece Milling Dividing Head Milling Dividing Head 6 Inch / 160mm 3 Jaw 11 3 Set Oxy-acetylene Cutting And Welding Outfit Welding Tip: Sizes 1, 3 , 5 25 Gx-10 Oxygen Regulator 25 Gx-1,5 Acetylene Regulator Model: 73-3 Cutting Attachment Series 6290 Cutting Tip Size 2 15ft 1/4" Twin Hose, Complete With Fittings 12 1 Set Prism (with Prism Target, Prism Holder) 2.5 Inch (63.5mm) - Myzox Features: 1. 2 Ways Offset Measuring 0/30mm Available 2. Great Vertical Axis By High Accurate Machining 3. High Reflection Rate By Aluminum Coated Prism 4. Un-foggy By Aluminum Coating On Prism And Sealed Structure Inclusion: Prism Set (with Soft Case) • Prism, Target & Holder Set For Pole Use 13 2 Piece Sand Cone Set Apparatus Sand Cone Density Apparatus (6-1/2in) Consists Of A Metal Cylindrical Valve With 0.5in (12.7mm) Dia. Orifice And Two Cones. 14 3 Set Screw Driver Set Chrome Vanadium 6 Pieces Screw Driver Set 15 2 Piece Storage Box J065 Plastic Truck Storage Bin, 450mmx750mmx350mm 65 Liters Volume Black 16 15 Piece Tungsten For Gtaw Tungsten For Gtaw 2.4 X 175mm 2% Thoriated (e Wth-2) 17 15 Kilogram Welding Electrode For Smaw Welding Electrode For Smaw Classification: E6013 Size:3.2 Note: Kindly Use The Attached Canvass Form Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Alangilan Campus, Alangilan, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of June 02, 2025. E-mail : Procurementquotation.alangilan@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Shaun Reo Dc Evangelio Lcb Mba Head, Procurement Office Alangilan Campus, Alangilan, Batangas City (043) 425-0139 Local 2130
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date5 May 2025
Tender AmountRefer Documents
Description: Contact Information|4|n741.8|hw1bb|n/a|seana.m.steiner.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |material - Inspect & Accept At Source|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|1-866-618-5988 - Wawf Helpdesk|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|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 (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf).
2. The Resultant Award Of This Solicitation Shall Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
3. When Submitting A Quote, Specify Any Exceptions (i.e. Mil-std Packaging, Mil-std Labeling, Inspection & Acceptance Locations, Packaging House, Surplus Material, Etc.). If No Exceptions Are Indicated Or Received, Award Shall Be Based Upon Solicitation
requirements. Changes Or Requests For Changes After Award Shall Be Subject To Consideration Costs Deducted From The Unit Price.
4. All Contractual Document (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 Method Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
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 Will Be A Rated Order.
6. This Order Is Issued Under And Pursuant To The Provisions Of The Basic Ordering Agreement (boa) #n0010421gvw01. The Terms And Conditions Of The Agreement Are Hereby Incorporated By Reference And, Except As Provided Herein By This Order, Remain In Full Force
and Effect. If Any Conflict Arises In The Terms Of This Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,globe .
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 Valve,globe Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;81412 22-38640;
3.2 Oxygen/nitrogen Cleaning - Cleaning Shall Be In Accordance With Mil-std-1330.
3.3 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.4 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.
3.5 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.
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 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.
6.3 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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date16 Jul 2025
Tender AmountRefer Documents
Description: Contact Information|4|n741.8|hw1bb|n/a|seana.m.steiner.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||x|||||||
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |material - Inspect And Accept At Source|tbd|n00104|tbd|tbd|se
e Schedule|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity For Veterans (jun 2020)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|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 (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|334513|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf).
2. 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 Suchas Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
3. If The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) Andthe Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply.
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 The Facility.
5. Any Contract Awarded As A Result Of This Solicitation Will Be ;do/dx; 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. This Order Is Issued Under And Pursuant To The Provisions Of The Basic Ordering Agreement (boa) #n0010421gvw01. The Terms And Conditions Of The Agreement Are Hereby Incorporated By Reference And, Except As Provided Herein By This Order, Remain In Full Force
and Effect. If Any Conflict Arises In The Terms Of This Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Transmitter,pressur .
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 Transmitter,pressur Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;81412 22-38771;
3.2 Oxygen/nitrogen Cleaning - Cleaning Shall Be In Accordance With Mil-std-1330.
3.3 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.4 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.
3.5 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.
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 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.
6.3 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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date16 Jul 2025
Tender AmountRefer Documents
Description: Contact Information|4|n741.8|hw9cc|n/a|seana.m.steiner.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|x|||||||||||||||||||x|7a462|s2206a|||||
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |material - Inspect And Accept At Source.|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity For Veterans (jun 2020)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|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 (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|334515|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf).
2. The Resultant Award Of This Solicitation Shall Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
3. When Submitting A Quote, Specify Any Exceptions (i.e. Mil-std Packaging, Mil-std Labeling, Inspection & Acceptance Locations, Packaging House, Surplus Material, Etc.). If No Exceptions Are Indicated Or Received, Award Shall Be Based Upon Solicitation
requirements. Changes Or Requests For Changes After Award Shall Be Subject To Consideration Costs Deducted From The Unit Price.
4. All Contractual Document (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 Method Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
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 Will Be A Rated Order.
6. This Order Is Issued Under And Pursuant To The Provisions Of The Basic Ordering Agreement (boa) #n0010421gvw01. The Terms And Conditions Of The Agreement Are Hereby Incorporated By Reference And, Except As Provided Herein By This Order, Remain In Full Force
and Effect. If Any Conflict Arises In The Terms Of This Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Cylinder,hydrogen S .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order,
however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
document Ref Data=mil-std-129 | | |p |041029|a| |03|
document Ref Data=mil-std-1330 | | |d |960920|a| | |
document Ref Data=iso9001 | | | |010417|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Cylinder,hydrogen S Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;81412 C2684h2;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-129; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Spcc Contracting Officer Has Been Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer
will Be Acceptable For Government Evaluation. When Notifying The Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not
effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
3.5 Oxygen/nitrogen Cleaning - Cleaning Shall Be In Accordance With Mil-std-1330.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001.
4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To
mil-i-45208 Are Granted Permission To Utilize Mil-i-45208 If Desired.;
4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During
the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies.
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 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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date19 May 2025
Tender AmountRefer Documents
Description: Contact Information|4|n741.8|hw1aa|n/a|seana.m.steiner.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|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |material - Inspect And Accept At Source|tbd|n00104|tbd|tbd|se
e Schedule|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity For Veterans (jun 2020)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|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 (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf).
2. When Submitting A Quote, Specify Any Exceptions (i.e. Mil-std Packaging, Mil-std Labeling, Inspection & Acceptance Locations, Packaging House, Surplus Material, Etc.). If No Exceptions Are Indicated Or Received, Award Shall Be Based Upon Solicitation
requirements. Changes Or Requests For Changes After Award Shall Be Subject To Consideration Costs Deducted From The Unit Price.
3. All Contractual Document (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 Method Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
4. 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 Will Be A Rated Order.
5. This Order Is Issued Under And Pursuant To The Provisions Of The Basic Ordering Agreement (boa) #n0010421gvw01. The Terms And Conditions Of The Agreement Are Hereby Incorporated By Reference And, Except As Provided Herein By This Order, Remain In Full Force
and Effect. If Any Conflict Arises In The Terms Of This Order Versus The Terms In The Boa, The Terms Of The Boa Shall Apply.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,check .
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.
document Ref Data=iso9001 | | | |010417|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Valve,check Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;81412 28-90294;
3.2 Oxygen/nitrogen Cleaning - Cleaning Shall Be In Accordance With Mil-std-1330.
3.3 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.4 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.
3.5 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 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001.
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 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.
6.3 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.
5511-5520 of 5803 archived Tenders