Paint Tenders

Paint Tenders

BARANGAY SONOG, SAN FRANCISCO, CEBU Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 261.2 K (USD 4.4 K)
Details: Description *100mm Chb Load Bearing/non-load Bearing* Materials: 248 Pieces 4" Chb 40 Bags Portland Cement 3 Cubic Meters Washed Sand 32 Lengths 10mm Dia. Deformed Bar 2 Kilograms Tie Wire #16 *structural Concrete* Materials: 95 Bags Portland Cement 5 Cubic Meters Washed Sand 9 Cubic Meters Washed Gravel 135 Lengths 10mm Dia. Def. Bar 54 Lengths 16mm Dia. Def. Bar 16 Kilograms Tie Wire #16 20 Pieces 2x3x10 Coco Lumber 4 Sheets Marine Plywood, 1/2 *corrugated Metal Roofing* Materials: 29 Lengths 2"x2", 6m Length Angle Bar 19 Lengths 4"x2", 6m Length, 1.2mm Thick, C-purlins 22 Sheets Pre Painted Long Span Roof, 4meters 1 Sheet Plain G.i. Sheet 446 Pieces Tekscrew #2 1/2 3 Liters Roof Sealant 20 Kilograms Welding Rod #12 40 Pieces Cutting Disc, 4"

City Government Of Dasmari as Cavite Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 924.7 K (USD 15.9 K)
Details: Description The Bids And Awards Committee Of The City Of Dasmariñas Invites Interested Bidders To Submit Price Quotations For The Following: Joshbac2025 Is Svp 1. Steel Works………………………………………………………………150 Sets 2. Painting Works……………………………………………………………1 Lot Special Instructions: 1. Please Click The Associated Components For The Checklist Of Documentary Requirements. 2. Request For Quotation Form Will Be Issued By The Bac Secretariat From February 5, 2025 To February 10, 2025 After Paying The Corresponding Bid Docs Fee Amounting To One Thousand Pesos (php1,000.00). 3. Deadline Of Submission Of Proposal Is On To February 10, 2025, 10:00 A.m. At The Office Of The Bids And Awards Committee, Room 201, New Socio-economic Building Of The City Of Dasmariñas Located At Brgy. Burol Main, City Of Dasmariñas, Cavite. Late Bids Shall Not Be Accepted. 5. Opening Of Price Quotations Is On To February 10, 2025, 11:00 A.m. At The Office Of The Bids And Awards Committee, Room 201, New Socio-economic Building Of The City Of Dasmariñas Located At Brgy. Burol Main, City Of Dasmariñas, Cavite. 6. The Proposal Together With The Documentary Requirements Of The Bidder Should Be Placed In A Long Brown Envelope, Properly Sealed, Labelled And Addressed To The Bac.

Municipality Of Basilisa, Dinagat Island Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 435.7 K (USD 7.4 K)
Details: Description Republic Of The Philippines Province Of Dinagat Islands Municipality Of Basilisa Barangay New Nazareth -ooo- Invitation To Bid Repair / Rehab Of Barangay Hall Phase 2 1. The Barangay New Nazareth, Through The 20% Bdf Intends To Apply The Sum Of Php 435,716.20 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair/rehab Of Barangay Hall Phase 2 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of The Project : Repair / Rehab Of Barangay Hall Phase 2 Location : Purok-3 New Nazareth Basilisa, Dinagat Islands Approved Budget For The Contract :php 435,716.20 Funding Source :20% Bdf Duration :60 Calendar Days Qty. Unit Name Of Project Project Description/works To Be Done Abc Bid Docs Fee Contract Duration 1 Lot Repair / Rehab Of Barangay Hall Phase 2 (i) Removal Of Existing Damaged Paints, (ii)paint Works, (iii) Furniture, (iv) 1 Unit Glass, (v) Scaffolding 435,716.20 500.00 60 Days 2. The Barangay New Nazareth Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 60 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Barangay New Nazareth And Inspect The Bidding Documents At The Address Given Below From 8:00am – 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20 - February 11, 2025 From Given Address And Website/s Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 435,716.20. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Barangay New Nazareth Will Hold A Pre-bid Conference On 9:00 A.m, January 28, 2025 At Barangay New Nazareth, Which Shall Be Open To Prospective Bidders. 7. The Schedule Of Bac Activities Is As Follows: Procurement Activities Schedule Time Date Venue 1. Date Of Publication Jan. 20 - 30, 2025 2. Period Of Availability/issuance Of Bidding Documents Jan. 20 - Feb. 11, 2025 Barangay Session Hall 3.pre – Bid Conference 9:00 A.m. January 28, 2025 Barangay Session Hall 4. Deadline Of Submission And Opening Of Bids 9:00 A.m. February 11, 2025 Barangay Session Hall 5. Bid Evaluation 9:00 A.m. February 12 - 13, 2025 Barangay Session Hall 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 9:00 A.m. Of February 11, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause () Bid Opening Shall Be On February 11, 2025 At 9:00 O’clock In The Morning At Barangay New Nazareth, Barangay Session Hall. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Barangay New Nazareth 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. 10. For Further Information, Please Refer To: Milagros C. Atipongan Bac Secretariat Contact No.: 09109616670/09309965525 (sgd) Hon. Teodoro J. Tuniacao Bac Chairman Date Publication: 1st Posting: Jan. 20, 2025

BARANGAY RIO CHICO GENERAL TINIO NUEVA ECIJA Tender

Civil And Construction...+1Construction Material
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 568 K (USD 9.7 K)
Details: Description 1. The Barangay Rio Chico, Through The Gop Fund Intends To Apply The Sum Of P568,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For The Construction Of Multi-purpose Hall. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Brgy. Rio Chico Now Invites Bids For Supply And Delivery Of Construction Materials For The Construction Of Multi-purpose Hall. Supplies And Materials Are Required As On Or Before March 7, 2025. Bidders Should Have Completed, Within 7 Days From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 4. Interested Bidders May Obtain Further Information From Barangay Rio Chico And Inspect The Bidding Documents At The Address Given Below During 8 In The Morning To 5 In The Afternoon Or Email At The Provided Information. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On February 6-11, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Items Are Needed: 1. Cement 2. Gravel And Sand 3. Chb #5 4. 12 Mm Dia. Rsb 5. 10 Mm Dia. Rsb 6. Plywood ¼” Thk. Marine 7. Form Lumber 8. Assorted Nails 9. Tie Wire #16 10. G.i. Pipe 2” Dia. Sch. 40 11. 1x1x3/16 Angle Bar 12. 2x2 Steel Matting 13. Welding Rod 14. Steel Gate Roller Wheel 15. Cut-off Wheel 16. Grinding Disk 17. Epoxy Primer 18. Roller Brush 19. Paint Brush 20. Form Lumber 2x2x10’ 21. 2x2x1/4” Angle Bar 22. 1 ½ X 1 ½ X 3/16 Angle Bar 23. 2x4 C-purlins 24. 2x4 C-purlins 25. 12 Mm. Dia. Round Bar 26. Welding Rod 27. Cut-off Disc 28. Grinding Disc 29. Roller Brush 30. Epoxy Primer 31. Pre-painted Rib Type Is. .40mm 32. Tekscrew 33. Two Sided Insulation 34. Vulcaseal 6. The Brgy. Rio Chico Will Hold A Pre-bid Conference On February 7, 2025 At The Multi-purpose Hall Of Brgy. Rio Chico, Nueva Ecija, Which Shall Be Open To All Interested Parties. 7. Bids Must Be Delivered To The Address Below On Or Before February 11, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On February 11, 2025, 10:00 A.m. At Multi-purpose Hall Of Brgy. Rio Chico, Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Brgy. Rio Chico Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Noime R. Abesamis Barangay Tresurer 0917-748-0163

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 3.6 Million (USD 62.9 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Three Million Six Hundred Ninety Two Thousand Five Hundred Sixty One And 26/100(php 3,692,561.26) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, Mambayaan, Balingasag, Misamis Oriental, Under Purchase No. 0010-25 Dated December 23, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment From Structure Excavation 804(7) Gravel Fill Part B Plain And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks Part C Termite Control 1000(1) Soil Poisoning Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 100mm Chb Non Load Bearing ( Including Reinforcing Steel) D.2 Doors And Windows 1004(4) Finishing Hardware 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(1) Frames. Jambs, Sills, Head, Transoms And Mullions 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works (pvc Ceiling) 1003(17) Carpentry And Joinery Works (cabinets & Cut Out Shapes) 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1013(2)f Fabricated Metal Roofing Accessory (end Flashing/ridge) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(1)c Polycarbonate Sheets, Multi Wall 1038(1) Reflective Insulation 1047(1) Structural Steel 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1051(1) Metal Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures Part G Fire Alarm System 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 66 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 10, 2025 To January 30, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 16, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before January 30, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 30, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental 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 Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman

National Institutes Of Health Tender

Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Announcement title: Laboratory Casework System id: Ss-niaid-25-2250915 post Date: January 7, 2025 response Date: January 17, 2025 naics: 337127 introduction this Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. background, Purpose, Objectives the Division Of Intramural Research (dir) Office Of Operations Management (oom) Is A Component Of Niaid, One Of The Largest Institutes Of The National Institutes Of Health (nih). For More Than 65 Years, Dir Has Been At The Forefront Of Research On Immunologic, Allergic, And Infectious Diseases. Their Discoveries Promote The Development Of New Vaccines, Diagnostics, And Therapeutics That Improve Human Health. Dir Scientists Study All Aspects Of Infectious Diseases, Including The Causative Agents, Vectors, And Pathogenesis In Human And Animal Hosts. Clinical Research Is Integral To The Dir Mission, Enabling Key Lab Discoveries To Be Rapidly Translated Into Methods To Prevent, Diagnose, Or Treat Disease. the Rocky Mountain Lab’s Oom Renovation’s Division Is Requesting A Laboratory Casework System To Augment Their Existing System. The Casework Is Being Ordered For Laboratory Spaces 3118, 3119, And 3120 To Support The Incoming Tenure-track Principal Investigator In The Laboratory Of Neurological Infections And Immunity (lnii) At Rml. The Incoming Principal Investigator Will Be Instrumental In Advancing The Mission Of Rml. the Casework Will Consist Of New Alpha Modular Casework That Matches The Specifications And Design Currently Utilized In The Quad Building (3120) And Alpha Modular Casework Found In Building 28. This Casework Is Flexible, Durable, And Designed To Accommodate The Evolving Needs Of Cutting-edge Scientific Research. The Current Laboratory Spaces Are Outdated And No Longer Meet The Needs Of Modern Scientific Research. Upgrading To The Alpha Modular Casework Will: Provide Greater Flexibility For Adapting Workspaces To Various Research Needs. the Casework System Must Be Compatible With The Existing Laboratory Casework System. The Required Laboratory Casework System Must Be Modular, Durable, Customizable, And Meet Nih Design Requirements Manual (drm) Specifications And Biosafety Standards. The Required Laboratory Casework Is Essential To Support The Mission Of The National Institutes Of Health (nih) And Affiliated Agencies. This Procurement Will Equip The Labs With High-quality, Durable, And Modular Casework That Meets The Stringent Performance And Biosafety Requirements Necessary For Cutting-edge Research. This Action Ensures Researchers Have Access To Functional And Standardized Workspaces Critical For Advancing Scientific Discovery And Operational Efficiency. the Need For Continuity In Laboratory Infrastructure Is Paramount. Currently, A Significant Portion Of The Existing Laboratory Furniture And Casework Is Sourced From Innovative Laboratory Systems. This Consistency Ensures Seamless Integration With Existing Infrastructure, Minimizes Disruptions, And Facilitates Ongoing Maintenance Using In-house Expertise And Stocked Replacement Parts. description Of Need: See Attachment project Requirements successful Offerors Must Have The Knowledge, Skill, Ability, And Resources To Reliably Provide A Brand Name Or Equal To Laboratory Casework System. The Casework Must Integrate Seamlessly With Existing Infrastructure And Meet The Following Specifications: cabinet Material: Steel Cabinet Bodies, Drawer Bodies, Shelves, Drawer Heads And Door Assemblies Shall Be Fabricated From Cold Rolled Steel And Chemically Resistant Finishes To Withstand The Rigors Of A Research Environment And Meet Sefa 8 Industry Standards. Sefa-standards-and-its-importance-for-lab-furniture materials a. General Requirements: it Is The Intent Of This Specification To Provide A High-quality Steel Cabinet Specifically Designed For The Laboratory Environment. b. Steel: 1. Cold Rolled Steel: Cold Rolled Sheet Steel Shall Be Prime Grade 12, 14, 16, 18 And 20 Gauge U.s. Standard; Roller Leveled, And Shall Be Treated At The Mill To Be Free Of Scale, Ragged Edges, Deep Scratches Or Other Injurious Effects. c. Hardware And Trim: 1. The Cabinets And Drawers Must Meet Sefa 8 Specifications A. Drawer And Door Pulls Shall Construction a. Steel Cabinet Construction: 1. General: A. The Steel Furniture Shall Be Of Modern Design And Shall Be Constructed In Accordance With The Best Practices Of The Sefa 8 Industry Standards. B. Each Cabinet Shall Be Complete So That Units Can Be Relocated At Any Subsequent Time Without Requiring Field Application Of Finished Ends Or Other Such Parts. 2. Steel Gauges: Gauges Of Steel Used In Construction Of Cases Shall Be 18 Gauge, Except As Follows: A. Leveling Bolt Reinforcements 12 Gauge. B. Top And Intermediate Front Horizontal Rails, Apron Rails, Hinge Reinforcements, And Reinforcement Gussets, 16 Gauge. C. Drawer Assemblies, Door Assemblies, Bottom, Bottom Back Rail, Toe Space Rail, And Adjustable Shelves, 20 Gauge. b. Base Cabinets: 1. The Cabinets Construction Must Meet Sefa 8 Standards And Shall Be Formed Into Not Less Than An L Formation At Top, Bottom, Back And A 3/4" Wide Front C Formation. c. Special Purpose Storage Cabinets: 1. Acid Storage Fume Hood Cabinets: Acid Storage Fume Hood Cabinets Shall Utilize The Same Gauges Of Steel And Construction Features As Other Base Cabinets Except They Shall Be Completely Lined With A One Piece Polyethylene Corrosion Resistant Liner According To The Sefa 8 Standards. 2. Solvent Storage Cabinets: Solvent Storage Cabinets Shall Be Specifically Designed For The Storage Of Flammable And Combustible Liquids. Construction Shall Be Based Upon The Requirements Listed By Ufc, Osha And Nfpa No. 30 1993, And Cabinets Shall Be Fm Approved And Labeled. The Bottoms, Top, Sides And Doors Shall Be Fabricated Of 18 Gauge Steel And Shall Be All Double Panel Construction With A 1 1/2" Air Space Between Panels. The Cabinet Shall Be Labeled: "flammable Keep Fire Away". 3. Vacuum Pump Cabinets: Vacuum Pump Cabinets Shall Utilize The Sefa 8 Standards For Construction. Each Cabinet Shall Be Furnished With A 1½" Diameter Pvc Vent Pipe In The Back For Venting Or Access To The Fume Hood Above. d. Upper Cabinet Construction: 1. Upper Cabinets Shall Meet The Sefa 8 Standards. 2. Solid Panel Doors Shall Consist Of An Inner And Outer Door Pan. The Door Assembly Shall Be 3/4" Thick And Contains Sound Deadening Material. 3. Sliding Doors Shall Be Suspended From The Top In A Roll Formed Steel Track Fastened To The Cabinet Top And Shall Glide On Nylon Rollers. Track Shall Be So Designed To Prevent Accidental Removal Of Doors. 4. Swinging Doors Over 36" High Shall Be Hung On Three Or More Hinges. 5. Plate Glass Doors Shall Operate Based On Sefa 8 Standards. e. Steel Full Height Cabinet Construction: 1. Full Height Storage Cabinets Shall Have A Finished Interior Same As Exterior. 2. Cabinet Tops Shall Be Formed Into A Channel Shape At Front With Flange At Rear And Sides For Electro-welding Cabinet Top To Cabinet Back And Ends. 3. Solid Panel Doors Shall Consist Of Inner And Outer Pan Formations Mechanically Assembled After Painting And Comply With Sefa 8 Standards. 4. Swinging Doors Over 36" High Shall Be Hung On Three Hinges. performance Requirements a. Steel Casework Construction Performance: 1. Base Cabinets Shall Be Constructed To Support At Least A Uniformly Distributed Load 200 Pounds Per Square Foot Of Cabinet Top Area, Including Working Surface Without Objectionable Distortion Of Interference With Door And Drawer Operation. b. Steel Paint System Finish And Performance Specification: 1. Steel Paint System Finish: After Cold Rolled Steel And Textured Steel Component Parts Have Been Completely Welded Together And Before Finishing, They Shall Be Given A Pre Paint Treatment To Provide To The Finish System To The Steel And To Aid In The Prevention Of Corrosion. The Completed Finish System In Standard Colors Shall Meet The Performance Test Requirements Specified Under Performance Test Results. 2. Performance Test Results: The Surfaces Must Perform And Withstand Chemical Corrosion Based On Sefa Standard For Chemical Spot Tests; The Surface Must Withstand A Certain Level Of Heat According To Sefa 8 Standard For Heat Resistance; The Surface Must Withstand A Certain Level Of Impact According To Sefa 8 Standard For Impact Resistance; The Surface 18 Gauge Steel Strip Must Withstand A Certain Level Of Bending According To Sefa 8 Standard For The Bending Test; The Surface Coating Must Past The Astm D2197 68 “standard Method Of Test For Adhesion Of Organic Coatings"; The Surface Paint Film Hardness Shall Meet Industry The Sefa Standard For The Hardness Test. work Surfaces tops , Sinks, And Cupsinks Surfaces Are To Meet The Sepa 8 Standards. the Contractor Shall Provide: 1. Delivery And Installation Services To Ensure Proper Placement And Integration With Existing Infrastructure. 2. Maintenance Support, Including Access To Spare Parts, Troubleshooting Assistance, And Technical Support During Normal Business Hours. 3. Detailed Product Documentation And Training Materials To Assist Laboratory Staff With Casework Operation And Maintenance. Training Materials May Be Tailored To Suit The Specific Needs Of Nih Laboratories. the Government Anticipates Awarding A Firm Fixed Price Purchase Order, After Solicitation For This Requirement. delivery /installation Location: hamilton, Mt 59840 capability Statement/information Sought all Capable Vendors Should Respond With A Brief Capability Statement By January 17, 2025 At 10:00 Am Est. The Capability Statement Must Include The Ability To Provide The Required Brand Name Or Equal Products, As Per Specifications, And That Are Compatible With The Innovative Laboratory Casework System. Capability Statement Must Include Place Of Manufacturer As Per Executive Order 14005-ensuring The Future Is Made In All Of America By All Of America's Workers. “buy America” Or “buy American,” That Require, Or Provide A Preference For, The Purchase Or Acquisition Of Goods, Products, Or Materials Produced In The United States, Including Iron, Steel, And Manufactured Goods Offered In The United States”. if Your Organization Has The Potential Capacity To Support This Requirement, Please Provide The Following Information: 1) Organization Name, Address, Point Of Contact, Email Address, Website Address, Telephone Number, Uei Number And Size And Type Of Ownership For The Organization; And 2) Respondents Shall Indicate If They Are The Manufacturer Or The Distributor Of The Required Laboratory Casework System And Shall Include Basic Information On Product Specifications. If An Equal Product Is Recommended (not Specific To The Brand Proposed) Then Sufficient Details Shall Be Provided By The Respondent Describing How The Equal Product Being Recommended, Meets The Minimum Specifications Of The Requirement. capability Statements Should Also Include Documentation Indicating That Offerors Business Size As Determined By The Small Business Administration’s Table Of Size Standards Located At: (https://www.sba.gov/content/small-business-size-standards) For Naics 337127. This Sba Size Standard Is Currently 1250 Employees But Is Subject To Change. Prospective Offerors May Also Note Whether They Meet Any Other Socio-economic Business Categories Such As 8(a), Hub-zone, Or Service-disabled Veteran When Submitting Their Capability Statement. submission Instructions interested Businesses Who Consider Themselves Qualified To Provide The Above-listed Items Are Invited To Submit A Response To This Sources Sought Notice By January 17, 2025 At 10:00 Am Est. All Responses Under This Sources Sought Notice Must Be Submitted All Responsible Sources That Could Provide Comparable Services May Submit A Capability Statement. All Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov By January 17, 2024 10:00 Am. All Vendors Must Register In The Esass System To Submit Their Documentation. Instructions On How To Register /submit Documents Are Included On The Website. All Responses Received By The Closing Date Of This Synopsis Will Be Considered By The Government. disclaimer And Important Notes this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Federal Business Opportunities. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality no Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).

Western Railway - WR Tender

Auction
Scraps
Ireps
India
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Description: Scrap Ms T And P And General Ferrous Items U//s To Rly. Use Such As A] Jack Screw 15 T Capacity (01 No), Jack Screw 10 T (01 No), Screw Jack Duff 35 T(01 No), Hydraulic Jack 50 T(01 No), Hydraulic Jack Screw 1 Ram (02 Nos), Hydraulic Jack Duff Type 30 T Capacity (02 No), Small Jack (01 No), Jack Screw Type(01 No), Key For Laminated Bearing Spring (75 Nos), Lifting Pulling (01 No), Old Scrap Drum (200 Ltr Capacity : 06 Nos.) , Universal Coupling (10nos) , Release Valve (04 Nos), Safety Loop (30 Nos), Piston Rod (02 Nos), Piston Rod Nickle (03 Nos), Shackle (02 Nos), Shackle Pin For Spring (18 Nos), Kicker (02 Nos), Old High Pressure Water Jet Cleaning Machine U/s (01 No), Emergency Inflatable Lighting Tower(02 Nos), Rack 10x6- With Pigeon Hole (01 No) , Control Table Mfd (01 No), Mfd Hydraulic Jack (02 Nos), Grease Gun (01 No), Cupboard (old And Damaged 02 Nos), Bench Vice (01 No) , Head Stock Spring Hanger (02 No), Brake Beam Hanger (11 Nos) , Reweaving Chair(01 No), Chair 10 Nos, 04 Wheel Trolley (01 No), Valve Clappet Washer C&w (11nos) , Axle Guard Tie Rod (05 Nos) , Bucket Iron Glvd 2 1/2 Galf Cap (06 Nos). Painted Red Marked Fire, Plate Vacuum Testing(05 Nos), Stand Cleaning(01 No), Iron Bhatty(01 No), Old Damaged Hand Made Cupboard (01 No), Qty In Weight : 1732.4 Kg. Location: Sse(c&w)ndb Depot.b] Shackle Pin (31 Nos), Rail Skate Trolley(two Piece) -02 Nos. , Watering Ball Valve (iron) 172 Nos, Bearing Brass White Metal (17 Nos.), Jack Screw 20 T (02 Nos). Qty In Weight : 1302.8 Kgs. , Location: At Sse(c&w) Ndb Depot., C] Telescopic Jack With Plate (04 Nos), Telescopic Jack With Plate (01 No), Telescopic Jack With Plate (02 Nos), Telescopic Jack With Plate (02 Nos), Tilting Jack (03 Nos), Sliding Plats (02 Nos) , Claw Jack (03 Nos) , Radius Plate (03 Nos) , Stacking Set (02 Nos), Puling Device (01 No), Lifting Belt (02 Nos), Control Table Lukas (01 No), Traversing (roller Carriage Without Jack) 03 Nos, Telescopic Jack With Plate(04 Nos), Power Pack Machine(diesel Operated) 01 No, Hand Pump-01 No , Resetting Device-(02 Nos), Qty In Weight: 1659.8 Kgs. Location : Sse(c&w) Ndb Depot. Custodian: Sse C And W Ndb Total Disposable Weight Of Lot Is 4695 Kgs, (4.695 Mt) , Mode Of Delivery By Actual Weight In Mt, Loading By Purchaser, To Be Sale On As And Where Is Basis, Note: 1] Purchasers Are Requested To See The Lot/site Before Bidding. 2] Cutting Is Permitted If Required Necessary , 3] Fdp 50 Days .

Municipality Of Polomolok, South Cotabato Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 2.5 Million (USD 43 K)
Details: Description Construction Of Covered Court @ Prk Malipayon, Brgy Cannery Site -mo(0001) Item No. Qty Unit Description Of Articles Of Materials 1 1 Lot Supply Of Labor, Materials, Tools, Equipments And Other Incidental Expenses Necessary To Complete The Project For The "construction Of Covered Court, Purok Malipayon, Brgy. Cannery Site", Polomolok, South Cotabato. Item No. / Scope Of Works / Quantity - Unit B.9 Mobilization And Demobilization 1.00 L.s B.5 Billboard 1.00 Each 801(1) Removal Of Structures And Obstruction 1.00 L.s 803(1)a Structure Excavation (common Soil)138.60 Cu.m 804(1)a Embankment From Structure Excavation 117.84 Cu.m 804(1)b Embankment From Borrow12.00 Cu.m 804(4) Gravel Fill 11.16 Cu.m 900(1)c1 Structural Concrete 26.25 Cu.m 902 Reinforcing Steel 1.00 Lot 903(1) Formworks And False Works 1.00 Lot 1001(1)a6 Pipes And Fittings(75mm Dia.) 96.00 M 1013 (2) A1 - Fabricated Metal Roofing Accessory (ridge Roll) 25.96 Ln.m 1013 (2) A2 - Fabricated Metal Roofing Accessory (flashings) 34.00 Ln.m 1013 (2) B1 - Fabricated Metal Roofing Accessory (gutters) 15.00 Ln.m 1014 (1) B2 Prepainted Metal Sheets (0.40mm) Rib-type 708.98 Sq.m 1027 (1) Cement Plaster Finish 50.40 Sq.m 1032 (1) A Painting Works (masonry/concrete) 54.24 Sq.m 1032 (1) C Painting Works (steel) 1.00 Lot 1046(1)a2 - Masonry Works 19.80 Sq.m 1047 (2) A Structural Steel (trusses) 1.00 Lot 1047 (2) B Structural Steel (purlins) 1.00 Lot 1047 (2) A Structural Steel (strut) 1.00 Lot 1047 (3) A Metal Structure Accessories (anchor Bolt) 72.00 Each 1047 (3) C Metal Structure Accessories (turnbuckle) 32.00 Each 1047 (4) Metal Structure Accessories (cross Bracing) 1.00 Lot 1047 (7) B Metal Structure Accessories (sagrods) 1.00 Lot 1047 (5) Metal Structure Accessories (steel Plates) 1.00 Lot 1047 (8) Structural Steel 1.00 L.s

Royal Canadian Mounted Police Tender

Civil And Construction...+1Civil Works Others
Canada
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Details: Notice Of Proposed Procurement (npp) Title: Interior And Exterior Renovations - Kananaskis, Ab Solicitation Number: M5000-22-6241/a Description: The Two (2) Government Of Canada (goc) Owned Buildings, Estimated At 286 M2 Each, Located In Kananaskis, Alberta (the Site) Requires Interior And Exterior Upgrades To Each Of The Buildings, Including Re-painting Throughout, Replacement Of Flooring, The Replacement Of Cabinetry Within The Kitchens And Bathrooms, Replacement Of Counter Tops, Painting Exterior Wood Trim, Replacement Of All Windows And Doors, Installation Of Air Conditioning Condenser Units, As Well As Other Minor Renovations. The Contractor Must Perform And Complete The Work By 2026 March 31st. This Is A First Phase (phase One) Of A Two-phase Competition: The First Phase Will Pre-qualify Bidders Based On Mandatory Requirements As Per The Attached Request For Qualifications; Second Phase (phase Two) Will Invite The Qualified Bidders To Provide A Financial Bid On The Project Based On The Specifications And Drawings. The List Of Pre-qualified Bidders Resulting From Phase One Will Be Valid For A Period Of 60 Days Upon Notification Of Meeting The Mandatory Requirements Or Upon Award Of Contract In Phase Two Whichever Comes First. No Further Request For Qualifications Will Be Published For This Solicitation. There Is A Security Requirement Associated With The Requirement. Refer To The Attached Tender Documents To Obtain Further Information. Canada Retains The Right To Negotiate With Any Supplier On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. The Rcmp Has Adopted The Integrity Regime Administered By Public Services And Procurement Canada. As A Result, The Integrity Provisions Are Being Applied In Rcmp Contracting Activities As Outlined In This Solicitation. Canada Will Make Available Notices Of Proposed Procurement (npp), Bid Solicitations And Related Documents For Download Through The Government Electronic Tendering Service (gets) At Https://canadabuys.canada.ca/en/tender-opportunities . Canada Is Not Responsible And Will Not Assume Any Liabilities Whatsoever For The Information Found On Websites Of Third Parties. In The Event An Npp, Bid Solicitation Or Related Documentation Would Be Amended, Canada Will Not Be Sending Notifications. Canada Will Post All Amendments, Including Significant Enquiries Received And Their Replies, Using Gets. It Is The Sole Responsibility Of The Bidder To Regularly Consult Gets For The Most Up-to-date Information. Canada Will Not Be Liable For Any Oversight On The Bidder's Part Nor For Notification Services Offered By A Third Party. Indigenous Procurement: The Federal Indigenous Business Directory (ibd) Is An Online Resource For All Levels Of Government And The Private Sector To Identify Indigenous Business Capacity. Having A Business Profile In The Ibd Will Increase Your Company’s Visibility And May Provide Additional Business. A Profile In The Ibd Can Also Allow You To Compete For Federal Government Contracts That Are Set-aside For Indigenous Businesses Through The Procurement Strategy For Indigenous Businesses. For More Information And To Review Eligibility Criteria And Register, Visit: Www.canada.ca/indigenousbusinessdirectory.

U S COAST GUARD USA Tender

Machinery and Tools...+1Chemical Products
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: This Is To Be Awarded Lowest Price Technically Acceptable general Requirements 1. Scope  1.1 Intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.  2. References  coast Guard Drawings  none.  coast Guard Publications  surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements  other References  none. 3. Requirements  3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.  3.2 Period Of Performance. The Period Of Performance For This Work Is 10mar2025-28may2025 3.3 Location. The Contractor Must Perform The Work While The Uscgc Waesche Is Alongside The Pier At U.s. Coast Guard Base Alameda, Coast Guard Island, Alameda Ca 94501. 12314_mla_1224_418 item 1: Tanks (potable Water), Clean And Inspect 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Clean And Inspect The Following Tank(s): table 1 - List Of Tanks type Of Tank location capacity - 95% (gallons) tank Content Disposal (gallons) potable Water 3-68-3-w 5,916 311 potable Water 3-68-4-w 5,916 311 1.2 Government-furnished Property. none. 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 750-wmsl-085-022, Rev B, Tank Sounding And Moment Of Inertia Tables (asc085013b) (wmsl 751) Only coast Guard Drawing 750-wmsl-100-37, Rev H, Unit 3120 Structure - 1st Platf To 2nd Dk - Fr 64 To Fr 76 (asc100312) coast Guard Drawing 750-wmsl-167-001, Rev J, Manhole List Installation And Fabrication Details Ship Wide (asc167001) coast Guard Drawing 750-wmsl-530-001, Rev G, Potable Water Systems Diagram (asc530001) coast Guard Drawing 750-wmsl-530-019, Rev E, Potable Water Unit 3120 (asc530312-pw) coast Guard Publications commandant Instruction Manual M5100.47 (comdtinst M5100.47 (series)), Safety And Environmental Health Manual surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirement For Preservation Of Ship Structures other References american National Standards Institute/american Water Works Association (ansi/awwa) C652, 2019, Disinfection Of Water-storage Facilities the Society For Protective Coatings (sspc) Surface Preparation Specification No.1 (sspc-sp 1), 2016, Solvent Cleaning 3. Requirements 3.1 General. 3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s): · 3.7 Inspection 3.1.2 Tech Rep. none 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: fluid Contents piping ro System Components deck Grating note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of The Equipment Listed Below To Demonstrate Existing Operational Condition. Submit A Cfr. test Each Tank Tlis To Demonstrate That Each Radar Head/sensor Is Functional (i.e., Digital Readout Is Displayed). ensure That There Is Interface/communication Between The Tli Sensor And The Machinery Control And Monitoring System (i.e. Digital Readout At The Tli Is Identical To That Displayed). potable Water Pumps 3.3 Tank Opening. The Contractor Must Open And Ventilate The Confined Spaces In Accordance With Sflc Std Spec 0000, Paragraph 3.3.1.1 (temporary Ventilation) And 3.3.1.2 (confined Or Enclosed Space Entry And Hot Work). The Contractor Must Provide Fall Protection To Cover Tank Manhole Cover When Opened For Ventilation/work. 3.4 Tank Content And Waste Disposal. The Contractor Must Dispose Of Residual Tank Contents Listed In Table 1 And Any Cleaning Fluids In Compliance With All Applicable Federal, State, And Local Laws, Ordinances And Regulations. Notify The Cor (in Writing) At Least 48 Hours Prior To Removal Of Wastes And Fluids. Document A Complete Chain Of Custody Record Of The Removed Tank Contents And Generated Wastes, From The Vessel To The Point Of Final Destination Or Delivery. Submit Chain Of Custody Record To The Cor Upon Completion Of Work. 3.5 Temporary Plugs. The Contractor Must Plug All Inlet And Outlet Piping In The Tank To Prevent Contaminants From Entering The Tank Or Piping System. Use Plugs With An Attached Lanyard, Ring Or Other System That Will Ensure Plugs Are Not Lost In The Pipe Openings. 3.5.1 Plug Log. The Contractor Must Keep A Written Record Of All Installed Plugs. Keep A Separate List For Each Tank. Maintain A Plug Accountability Log Posted Immediately Outside The Tank To Prevent Any Of The Installed Temporary Plugs From Being Lost Inside The Tank Or Left Behind Inside At Tank Closure. The Log Must Include The Type And Size Of Each Plug, Installation Date, And Removal Date. Submit This Log To The Cor After Completion Of Work Item Via A Cfr. 3.5.2 The Contractor Must Ensure That All Plugs Are Removed From Each Tank Upon Completion Of Work In The Tank. 3.6 Tank Cleaning. The Contractor Must Clean All Designated Tank Interior Surfaces Free Of All Foreign Materials, Such As Residual Water, Sediment, Sludge, Rust, Or Biological Growth, Taking Care Not To Damage The Coating System (if Applicable). 3.6.1 The Contractor Must Accomplish All Requirements Of Sflc Std Spec 6310, 3.1.6.4 (surface Contaminant Removal) To Achieve The Cleanliness Requirements Of Sspc-sp 1, Including A Low-pressure (maximum 5,000 Psi) Freshwater Wash Down Of The Surfaces When Possible. 3.6.2 Remove Cleaning Media And Residues Continuously From The Tank During The Washing Process. Remove Any Residual Wash Media And Wipe Up Residual Moisture With Clean Lint-free Cloths. Wipe The Interior Tank Structure Dry And Free Of All Cleaning Agents. 3.7 Inspection. The Contractor Must Visually Inspect All Tank Interior Surfaces, Including, But Not Limited To Bulkheads, Floor And Overhead Plating, Structural Members, Manhole Cover Surfaces, Fasteners And Gasket Seating Surfaces. Submit A Cir With A Description Of The Following, As Applicable: tank Structural Condition. manhole And Cover Condition. ladder Condition (if Applicable). condition Of Tank Coating, Including Dimensions, Percentage, Location, And Type Of Coating Failure. tank Level Indicator (tli) And/or Float Switch Condition. sounding/vent Tube And Striker Plate Condition. suction And Discharge Piping Condition. fastener Material And Condition. zinc Anode Condition (if Applicable) pit Measurements ultrasonic Thickness (ut) Measurements suction And Discharge Piping Condition inaccessible Areas (if Applicable) 3.7.1 Pit Measurements. The Contractor Must Measure100pitswithin Each Tank/location Listed In Table 1, In Accordance With Sflc Std Spec 0740, Paragraph 3.13 (evaluation Of Pitting Corrosion). The Results Of These Measurements Must Be Included In The Inspection Report, Showing Where Pit Measurements Were Taken And The Depth Of The Pit. 3.7.2 Ultrasonic Thickness (ut) Measurement. The Contractor Must Take Ut Measurements In The Surrounding Area Of Any Pit Measuring Greater Than 25% Of Plate Thickness. Ut Measurements Must Be Taken In The Four Quadrants At An Equal-distant Radius From The Pit Center Until Full Plate Thickness Is Measured. For Bidding Purposes, Assume 200 Ut Measurements Per Tank Listed In Table 1. Ut Measurements Must Be Conducted In Accordance With Sflc Std Spec 0740, Appendix C, Using Coast Guard Drawing 750-wmsl-100-37 As Guidance. The Results Of These Measurements (original Thickness, Measured Thickness, And Any Observed Cracks) And The Locations Where They Were Taken Must Be Included In The Inspection Report. 3.8 Substrate Fairing And Repair By Filling Epoxy For Shallow Pits And Small Corrosions (i.e. Pits < 25% Or Corrosions < 25%). As Designated By The Cor, The Contractor Must Repair Small Pin Holes, Shallow Pitted Substrates (with Remaining Plate Thicknesses Over 75% Of Required Plate Thicknesses), And Fair Corroded Substrates (with Remaining Cross Sections Over 75% Of Required Cross Section Areas), After Removing Coating In Accordance With Sflc Std Spec 6310 And Manufacturers’ Instructions. procure 2 Kits Of Epoxy Fairing Compounds (e.g. Belzona 1111, 0.5 Gallon/5 Kg Kit Or Equivalent) To Conduct Repairs. turn Over All Unused Kits To The Cor. 3.8.1 Ensure The Filling Epoxy Is Compatible With Drinking Water. note “substrate Fairing And Repair By Filling Epoxy For Shallow Pits And Corrosions (i.e. Pits < 25% Or Corrosions < 25%)” Is A Supplement Barrier Intending To Help Delay Penetration. 3.9 Disinfection Preparations. In Preparation For Disinfecting The Potable Water Tank, The Contractor Must Accomplish The Following Tasks: 3.9.1 The Contractor Must Notify The Cor Of Their Intention To Disinfect The Tank 5 Days Ahead Of Time. 3.9.2 Upon Completion Of All Inspections, Repairs, Coatings And Cure Times, The Contractor Must Leave The Tank Open For 24 Hours 3.9.3 Once 24 Hours Has Elapsed, The Contractor Must Remove All Installed Temporary Plugs And Document Removal Via Signature On The Plug Log By The Coast Guard Inspector And Contractor Prior To Tank Closing. Submit A Cfr With The Completed Plug Log. 3.9.4 Conduct A Final Inspection In The Presence Of A Coast Guard Inspector To Ensure That No Foreign Objects Or Plugs Have Been Left In The Tank. Submit A Cfr Documenting This Final Inspection. 3.9.5 Ensure That No Foreign Objects Enter The Tank Between The Final Inspection And The Tank Disinfection. 3.9.6 The Contractor Must Verify With The Ship’s Health Services Technician Or Medical Liaison, Or A Contractor Supplied Marine Chemist, That Water Supplied For Disinfection Process Meets All Uscg Requirements For Consumption Per Comdtinst M5100.47 Chapter 25. 3.10 Tank Disinfecting. The Contractor Must Disinfect And Treat The Affected Potable Water Tank(s) And Associated Disturbed Piping And Components, As Necessary, To Meet Or Exceed The Requirements Of Awwa C652. 3.10.1 Any Of The Three Methods Of Chlorination Listed In Section 4.3 Of Awwa C652 Is Acceptable, But If Method 1 Is Utilized, Then The Retention Period Must Be 24 Hours. 3.10.2 Appendix B Of Awwa C652 Shows The Chlorine Doses For A Variety Of Disinfection Methods. 3.10.3 Remove And Dispose Of Disinfection Fluids And Flushing Water In Accordance With Paragraph 3.4. Ensure That No One Enters The Tanks Once Disinfection Is Completed. 3.10.4. Tank Closing. At The Earliest Opportunity During The Disinfection Process, The Contractor Must Close The Tank Manhole Cover(s) Using New Gasket Material In Accordance With Coast Guard Drawing 750-wmsl-167-001. Chase Threads On Studs To Ensure Even Installation Of The Access Covers. Renew All Nuts, Washers, And Cotton Grommets (including Those That Are Missing) In Accordance With Coast Guard Drawing 750-wmsl-167-001. 3.10.5 Ship’s Force Will Refill The Tanks With Potable Water Upon Completion Of Disinfection And Flushing Process. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.11 Operational Test, Post Repairs. After Completion Of Work And In The Presence Of The Coast Guard Inspector, The Contractor Must Thoroughly Test And Demonstrate The Equipment Listed Below To Be In Satisfactory Operating Condition. Submit A Cfr. test Each Tank Tlis To Demonstrate That Each Radar Head/sensor Is Functional (i.e., Digital Readout Is Displayed). ensure That There Is Interface/communication Between The Tli Sensor And The Machinery Control And Monitoring System (i.e. Digital Readout At The Tli Is Identical To That Displayed). potable Water Pumps 3.12 Water Quality Verification. The Contractor Must Conduct Halogen Residual, Ph, And Bacteriological Testing Of The Water System For Consumption At The Point-of-use (sinks, Water Fountains, Etc) And Verify With Ship’s Health Services Technician, Medical Liaison, Or Marine Chemist That Potable Water Meets All Uscg Requirements Per Comdtinst M5100.47 Chapter 25. The Contractor Must Clean The Tank Until The Water Passes These Tests. Submit Cfr. 4. Notes this Section Is Not Applicable To This Work Item. 63110_mla_1224_418 item 2: Tanks (potable Water), Preserve (partial) 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Prepare And Coat 33% Of The Surfaces Of The Following Tank(s): table 1 – List Of Tanks location type topcoat Color preserve Level 3-68-4-w potable Water match Existing partial 3-68-3-w potable Water match Existing partial 1.2 Government-furnished Property. none. 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans coast Guard Drawing 418a-wmsl-530-001, Rev C, Potable Water Systems Diagram coast Guard Drawing 750-wmsl-085-022, Rev B, Tank Sounding And Moment Of Inertia Tables (asc085013b) (wmsl 751) Only coast Guard Drawing 750-wmsl-100-37, Rev H, Unit 3120 Structure - 1st Platf To 2nd Dk - Fr 64 To Fr 76 (asc100312) coast Guard Drawing 750-wmsl-167-001, Rev J, Manhole List Installation And Fabrication Details Ship Wide (asc167001) coast Guard Drawing 750-wmsl-530-019, Rev E, Potable Water Unit 3120 (asc530312-pw) coast Guard Publications surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures surface Forces Logistics Center Standard Specification 8636 (sflc Std Spec 8636), 2022, Temporary Hull Accesses other References the Society For Protective Coatings (sspc) Surface Preparation Specification No.11 (sspc-sp 11), 2016, Bare Metal Power Tool Cleaning 3. Requirements 3.1 General. 3.1.1 Cir. none. 3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative To Accomplish The Following On Site: serve As An Independent Coating Tech Rep. Provide The Services Of An Ampp Certified Coating Inspector (nace Cip Level 2) With Marine Coating Inspection Specialty.. accomplish Applicable Requirements In Sflc Std Spec 0000, Paragraph 3.2.4.2.2 (coating Tech Rep). oversee The Preservation Plan Requirements In Sflc Std Spec 6310, Paragraph 3.2 (preservation Plan). review And Sign Daily Reports Summarizing Work. See Forms Qa-1 Thru Qa-5 Provided In The General Requirements. 3.1.2.1 Qualifications/certifications. The Contractor Must Submit The Coating Tech Rep’s Name, Qualifications/certifications, And Certificate Number(s) To The Contracting Officer Prior To Contract Award.. note this Work Item Requires The Use Of An Nace-certified Tech Rep.the Use Of A Qp-1 Certified Company/contractor Alone Is Not Sufficient. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: tlis piping ro System Components deck Grating 3.1.5 Temporary Access Openings. Due To Limited Access To Work Areas, The Contractor May, With Express Permission Of The Ko (via Submission Of A Cfr), Cut Access Holes To Facilitate Accomplishment Of The Work Specified Herein. Perform All Work Required To Open And Close The Access Openings In Accordance With Sflc Std Spec 8636. 3.1.6 Work Plan. The Contractor Must Provide A Work Plan (preservation Plan Including Protection Plan) For The Tank Preservation Listed In Table 1 In Accordance With Sflc Std 6310, Paragraph 3.2 (preservation Plan) To The Contracting Officer On The First Day Of Contract’s Period Of Performance. 3.1.6.1 Pre-work Preservation Conference. Prior To The Start Of Any Preservation Work, The Contractor Must Facilitate A Conference Meeting With The Ko, Cor, Coast Guard Inspector(s), Contractor And Contractor's Representative Able To Speak To Technical Preservation Details And Requirements. qc/qa Program. The Requirements Of Sflc Std Spec 0000 3.2.4.2.2.3, Contractor's Qc/qa Program (as Outlined In Sflc Std Spec 0000, 3.2.4 Qc/qa Program), material Receipt Conformance (as Outlined In Sflc Std Spec 6310, 3.1.1.2 Material Receipt Conformance), preservation Plan (as Outlined In Sflc Std Spec 6310, 3.2 Preservation Plan), Sflc Std Spec 6310 3.1.1.3.1 And 3.1.9 Must Be Formally Reviewed And Approved By The Ko, pds And Sds. Only Submit Manufacturer's Product Data Sheets (pds) And Safety Data Sheets (sds) If Navsea Approved Astm F718 Sheets Are Not Available. 3.2 In-process Quality Control Measures. The Contractor Must Abide By All The Safety, Preservation, And Quality Control Requirements Specified In Sflc Std Spec 0000, Paragraph 3.2.4.2 (in-process Qc Measures For “critical-coated Surfaces”). Surfaces Being Preserved Are Considered “critical-coated Surfaces”. All Qa Forms And Nace Ii Reports Must Be Submitted To The Cor For Review No Later Than 24 Hours After Completion Of Work. 3.2.1 Daily Reports. At The Conclusion Of Each Work Day , The Contractor Must Provide Daily Reports Generated And Signed By The Coating Tech Rep. Daily Reports Must Summarize Work Accomplished That Current Day, Work To Be Accomplished The Following Day, Any And All Materials Used During Work That Day, Any And All Readings Taken And/or Data Collected (i.e. Environmental Readings, Dft, Wft, Etc…) Identifications Of Work Locations, Time And Type Of Any Inspections Conducted With The Results Of Such Inspection(s) And Must Also Include Descriptions Any Events Of Non-conformance In Relation To The Specification, Applicable References, Standards, And Technical Data Sheets (i.e Astm F718s). 3.2.2 Environmental Readings. Environmental Readings Must Be Accomplished Within The Agreed Upon Hours According To The Interval Outlined In Sflc Std Spec 6310, Appendix D3.1. 3.3 Surface Preservation. The Contractor Must Prepare And Coat 33% Of All Tank Interior Surfaces (including Internal Surfaces Of Manhole Cover(s), Manhole Cover Hull Ring(s) Extending Outward To The Weld Line That Ties The Hull Ring Into The Tank Plating On The Tank Exterior). 3.3.1 Power Tool Clean All Affected Surfaces To “bare Metal” In Accordance With Sspc-sp 11, In Lieu Of Using Abrasive Blasting; And Feather Edges Of Existing Intact Coating To The Prepared Areas, In Order To Provide A Smooth Transition With The New Paint. 3.3.2 Inspection. The Contractor Must Inspect All Cleaned Surfaces And Exposed Substrates Of Areas In Tanks Listed In Table 1 (after Removing/cleaning Surface Covering/coatings And Prior To Priming Substrates) In Accordance With Sflc Std Spec 6310 3.1.8.1 Surface Cleanliness Evaluation – Visual Standards. Submit A Cfr. 3.3.3 Waste And Debris Removal. The Contractor Must Remove All Waste And Debris Generated By The Tank Preservation Process (surface Preparation, Substrate Cleaning, Priming, And Coating). Waste And Debris Must Be Disposed Of In Accordance With Sflc Std Spec 6310, Paragraph 3.1.8.2 (debris Removal And Disposal), Sflc Std Spec 0000, And All Applicable Federal, State, And Local Laws, Ordinances And Regulations. 3.3.4 The Contractor Must Coat The Prepared Surfaces Using The System Specified For "tanks And Voids (potable Water Tanks)" In Sflc Std Spec 6310, Appendix B (cutter And Boat Interior Painting Systems). Select Finish/topcoat Color To Match Existing Adjacent Surfaces. 3.4 Curing. The Contractor Must Ensure Tanks Are Cured In Accordance With The Manufacturer’s Instructions For Nsf/nehc Certification Under The Same Conditions Before Being Filled. note typical Curing Times Are At Least 4 Days, And Range Up To 14 Days Or Longer, Depending On The Paint Selected, Amount Of Surface Area Covered, And Environmental Conditions. See Paint Manufacturer’s Recommendations For Specific Application. caution verify Application And Cure Requirements With Paint Manufacturer Prior To Paint Purchase And Application. Lack Of Attention To Environmental Conditions Can Adversely Impact Paint System Cure, Cause Unnecessary Contract Time Delays, And Negatively Impact Crew Health And Vessel Habitability When Tanks Are Put Back Into Service. do Not Assume Paint Product Data Sheet To Be Accurate. Contact Paint Manufacturer Directly To Verify, As Formulations Change And New Application Information May Be Available. 3.4.1 The Contractor Must Rinse Freshly Painted Potable Water Tanks At Least Twice With Freshwater Before Being Disinfected And Put Into Service. 3.5 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs). 4. Notes this Section Is Not Applicable To This Work Item 53310_mla_0624_418 item 3: Potable Water Pneumatic Tank, Clean And Inspect 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Clean And Inspect The Following Potable Water Pneumatic Tank(s): table 1 – Pneumatic Tank Information service location capacity (gallons) pressure (psig) potable Water Hydro-pneumatic Tank 3-64-0-e 280 100 1.2 Government-furnished Property. mti item Description nsn/pn qty estimated Cost ($/unit) n bladder, Water nsn: 4510-01-601-2564 p/n: 660603996 1 Ea. $2,936 2. References coast Guard Drawings coast Guard Drawing 418a-wmsl-530-001, Rev C, Potable Water Systems Diagram coast Guard Drawing 750-wmsl-530-019, Rev E, Potable Water Unit 3120 (asc 530312-pw) coast Guard Publications coast Guard Technical Publication S6435-tl-mmi-010, 15 February 2015, Angle Relief Valve, Type D50 – Description, Operation, And Maintenance – Rev 9 coast Guard Technical Publication (tp) 7082, Swbs 533, Dec 2020, Potable And Chilled Water Tanks surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References nsf International (nsf) 61/600, 2024, Drinking Water System Components - Health Effects american National Standards Institute/american Water Works Association (ansi/awwa) C652-19, 2020, Disinfection Of Water-storage Facilities 3. Requirements 3.1 General. 3.1.1 Cir. none. 3.1.2 Tech Rep. none. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, (vessel Component, Space, And Equipment Protection). 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, (interferences). Known Interferences Include, But Are Not Limited To The Following: piping, Hoses, And Supports water 3.1.4.1 Tank Residual Fluids. Remove And Dispose Of All Tank Residual Fluids In Accordance With All Applicable Federal, State, And Local Laws And Regulations. 3.1.5 Work Locations. The Concerned Work Areas Are Listed In Table 1. See The Applicable Drawings In Section 2 References For Guidance, Locations, And Details. 3.1.6 Materials, Tools, And Services. The Contractor Must Provide Service, Tools, And Materials To Accomplish The Requirements In This Work Item. New Components, Parts, Materials, And Paints With The Same Color, Comparable And Matching Material Properties As The Existing Components/parts. Use References In Sections 1, 2 And Sflc Std Specs For Guidance, Required Materials, And Details. 3.2 Preparation. The Contractor Must Depressurize And Drain The Designated Tank(s) In Table 1 Before Performing Any Work On Them. Dispose Of All Fluids In Accordance With All Applicable Federal, State, And Local Environmental Regulations. Do Not Drain Any Fluids (including Fresh Water) Into Any Space, Bilge Or Exterior Location. note do Not Drain Any Fluids (including Fresh Water) Into Any Space, Bilge Or Exterior Location. 3.3 Operational Test – Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr. note coast Guard Personnel Will Operate All Shipboard Equipment And Machinery. 3.4 Cleaning Requirements. The Contractor Must Clean The Tank As Follows: clean All Tank Structure’s Interior Surfaces Free Of All Foreign Materials, Sediment, And Sludge. remove All Persistent Residues, Taking Care Not To Damage The Tank Coating System. remove Cleaning Media And Residues Continuously From The Tank During The Washing Process. remove Any Residual Wash Media And Wipe Up Residual Moisture With Clean Lint-free Cloths. collect, Contain, And Dispose Of All Wash Media, Residues, And Cleaning Materials In Accordance With All Federal, State, And Local Laws, Ordinances, And Regulations. 3.4.1 Tank Content And Waste Removal. The Contractor Must Dispose Of Residual Tank Contents And Any Cleaning Fluids In Accordance With All Applicable Federal, State, And Local Laws, Ordinances, And Regulations. notify The Cor (in Writing) At Least 48 Hours Prior To Removal Of Wastes And Fluids. document A Complete Chain Of Custody Record Of The Removed Tank Contents And Generated Wastes, From The Vessel To The Point Of Final Destination Or Delivery. submit Document To The Cor Upon Completion Of Work. 3.5 Visual Inspection. The Contractor Must Clean And Visually Inspect The Internal And External Surfaces Of Each Tank For Signs Of Corrosion, Pitting, And Other Damage. If Required By The Pneumatic Tank’s Construction, The Contractor Must Provide And Use A Borescope During The Visual Inspection. Submit A Cfr. 3.6 Surface Preservation. If A Change Request Has Been Authorized And Released, The Contractor Must Prepare And Coat Each Tank’s Interior Surfaces Using The System Specified For “tanks And Voids (potable Water Tanks)” In Sflc Std Spec 6310, Appendix B (cutter And Boat Interior Painting Systems). If Preservation Is For Less Than 100 Percent Of Tank Interior Surfaces, Power Tool Clean All Affected Surfaces To “bare Metal” In Lieu Of Using Abrasive Blasting, And Feather Edges Of Existing Intact Coating To The Prepared Areas To Provide A Smooth Transition With The New Paint. 3.7 Renew Tank Air Bladder. The Contractor Must Renew The Air Bladder In Accordance With Tp 7082 With Provided Gfe. 3.8 Relief Valve Testing. The Contractor Must Remove, Clean, Inspect, Test, And Reinstall The Tank Relief Valve, Cpw-v-013. clean And Visually Inspect All Parts For Defects, Deterioration, Dirt, Scale, Rust, Grease, And Marine Growth. inspect All Valve Openings For Obstructions And Damage To The Valve Seat, Disc, And Body. use The Appropriate Test Fluid, Shop Test The Relief Valve To The Correct Lifting Pressure. ensure That The Valve Seats Correctly After Pressure Relief, Without Simmering, And With Zero Leakage Allowed. adjust The Valve Relief Pressure As Necessary To Obtain The Required Lifting Pressure. after Adjustment, Perform A Final Test To Confirm The Relief Valve's Lifting Pressure With The Coast Guard Inspector Present. reinstall The Relief Valve Upon Completion Of Testing. submit A Cfr With Test Results And All Data Plate Information. 3.9 Tank Closure. After All Authorized Repairs, The Contractor Must Remove All Installed Temporary Plugs And Document Removal Via Signature On The Plug Log By The Coast Guard Inspector And Contractor Prior To Tank Closing. Submit A Cfr With The Completed Plug Log. 3.9.1 Conduct A Final Inspection In The Presence Of A Coast Guard Inspector To Ensure That No Foreign Objects Or Plugs Have Been Left In The Tank. Submit A Cfr Documenting This Final Inspection. 3.9.2 The Contractor Must Reinstall The Tank(s) To The Original Configuration With New Rubber Gaskets Conforming To Ansi/nsf 61. Renew All Fasteners With Stainless Steel. 3.10 Tank Disinfecting. The Contractor Must Disinfect And Treat The Affected Potable Water Tank(s) And Associated Disturbed Piping And Components, As Necessary, To Meet Or Exceed The Requirements Of Awwa C652. any Of The Three Methods Of Chlorination Listed In Section 4.3 Of Awwa C652 Is Acceptable, But If Method 1 Is Utilized, Then The Retention Period Must Be 24 Hours. appendix B Of Awwa C652 Shows The Chlorine Doses For A Variety Of Disinfection Methods. refill The Tanks With Potable Water Upon Completion Of Disinfection And Flushing Process. remove And Dispose Of Disinfection Fluids And Flushing Water In Accordance With All Applicable Federal, State, And Local Environmental Regulations. ensure That No One Enters The Tanks Once Disinfection Is Completed. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.11 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr. 4. Notes this Section Is Not Applicable To This Work Item.
8851-8860 of 9649 archived Tenders