Transportation Tenders
Transportation Tenders
City Of Alaminos Tender
Others
Philippines
Details: Description Invitation To Bid For The Production Cost Of The Search For Miss Hundred Islands 2025, City Of Alaminos, Pangasinan 1. The City Government Of Alaminos, Pangasinan Through The Special Purpose Appropriation Intends To Apply The Sum Of Seven Million Five Hundred Thousand Pesos (php 7,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Production Cost Of The Search For Miss Hundred Islands 2025, City Of Alaminos, Pangasinan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Qty. Unit Of Measure Item Description 1 Lot Production Cost 1.0 Project Management 1.1 Event Concept And Feasibility 1.2 Over-all Coordination And Consultancy 1.3 Executive Time For Presentations And Client-agency Coordination 1.4 Canvassing And Coordination With Venue, Technical Suppliers, Talents / Artists 1.5 Supervision During Production, Fabrication And Installation 1.6 Planning And Coordination With All The Suppliers 2.0 Creative Management 2.1 Manpower 2.1.1 Creative Director 2.1.2 Creative Writer 2.1.3 Art Director 2.1.4 Graphic Designer 2.1.5 Video Editor 2.1.6 Multimedia Artist 2.2 Initial Requirements 2.2.1 Deck 2.2.1.1 Presentation Decks 2.2.1.2 Copywriting 3.0 Coronation – Stage And Production Design 3.1 Set Designer 3.2 Stage Construction 3.2.1 Main Stage 3.2.2 Control Booth 4.0 Coronation – Technical Requirements 4.1 Main Control 4.2 Lighting System 4.3 Audio System 4.4 Microphones 4.5 Communicator 4.6 Video Screens 4.6.1 Led Wall 4.6.2 1 Unit Video Switcher – Roland V40hd 4.6.3 1 Unit Laptop For Playback – Alienware R17 4.6.4 1 Lot Cables And Wires 4.7 Video System 4.7.1 4 Units 50” Tv Prompter – Samsung Au7000 With Recliner 4.7.2 Teleprompter Operator 4.8 Trusses / Rigging 4.8.1 4 Pieces 10ft Truss – Aluminum Truss 300x300mm 4.8.2 6 Units Motor Hoist With Controller 4.8.3 4 Sets 3-high Scaffoldings For Followspot – H Frame Metal 4.8.4 1 Set Tent For Control Booth 30x30ft – Aluminum Truss 300x300mm 4.8.5 20 Pieces 5ft Over Hang Pipes – Gi 4.8.6 Dome Trussing 4.9 Stage Effects 4.9.1 Cryo 4.9.2 Confetti Blizzard 4.9.3 Logistics 4.10 Power Generators And Electrical 4.10.1 12 Hours Use Inclusive Of Diesel 4.10.2 Succeeding Hours In Excess Of 12 Hours – P1,800 Per Hour 4.10.3 4 Units Power Distribution Panel – 250a 4.10.4 Socapex Cables – 6x16a 4.10.5 Main Line Cables – Gauge 2 5.0 Coronation Visual Show Requirements 5.1 Creative Creator 5.2 Photoshoot 5.2.1 Official Headshot 5.2.2 Beauty Shot 5.2.3 Profile Shot 5.2.4 Swimwear Photoshoot 5.3 Videoshoot 5.3.1 Show 5.3.1.1 Opening Billboard 5.3.1.2 Intro Video Swimwear 5.3.1.3 Journey To The Crown 5.3.1.4 Highlight Video 6.0 Coronation Coverage 6.1 Camera Set Up 6.1.1 Manpower 6.1.1.1 Technical Director 6.1.1.2 Camera Operators 6.1.1.3 Jib Operator 6.1.1.4 Production Assistant 6.1.2 Equipment 6.1.2.1 Panasonic Ag Cx10 6.1.2.2 Jib 6.1.2.3 Tripods / Grips 6.1.2.4 Hdmi Cables / Wires 6.1.2.5 Sd Cards 6.1.3 Logistics 6.2 Live Streaming Equipment 6.3 Photo And Video Documentation 6.3.1 Photographer 6.3.2 Videographer 6.3.3 Editor 6.3.4 Highlight Video 6.4 Visual Playback System 6.4.1 Manpower 6.4.1.1 Playback Operator 6.4.1.2 Led Configurator 6.4.1.3 Visualist 6.4.1.4 Production Assistant 6.4.2 Equipment 6.4.2.1 Pc With Complete Accessories 7.0 Pocket Events (production Manpower Only) 7.1 Final Screening 7.2 General Orientation 7.3 Stage Discipline Workshop 7.4 Pre-pageant Show 7.5 Closed Door Judging 7.6 Rehearsals 8.0 Coronation Manpower 8.1 Overall Production Manager 8.2 Assistant Production Manager 8.3 Creative Director 8.4 Pageant / Stage Director 8.5 Technical Director 8.6 Lighting Director 8.7 Audio Spinner 8.8 Assistant / Floor Director 8.9 Stage Managers Right Left Motherhen Backstage Presenters And Awards Hosts Male Female Anchor Host 8.10 Event And Content Writer 8.11 Production Assistant Head 8.12 Production Assistants 8.13 Food Custodian 8.14 Assistants 8.15 Mobilization Crew 8.16 Choreographer 8.17 Voice Over Talent Female 9.0 Show And Fashion Requirements 9.1 Styling Team 9.1.1 Stylist 9.1.2 Wardrobe Assistants 9.2 Candidates’ Requirements 9.2.1 Sash 9.2.1.1 Rehearsals Sash 9.2.1.2 Show Sash 9.2.2 Numbers 9.2.2.1 Rehearsals 9.2.2.2 Show 10.0 Miscellaneous And Mobilization 10.1 Operational Expenses 10.2 Transportation 10.2.1 Final Screening 10.2.2 Press Presentation 10.2.3 General Orientation 10.2.4 Pageant Training 10.2.5 Stage Discipline Workshop 10.2.6 Pre-pageant / Talent Night 10.2.7 Photo And Video Shoot (3 Days) 10.2.8 Preparation (5 Days) 10.3 Communication Expenses 10.4 Supplies 10.5 Mobilization 2. The City Government Of Alaminos, Pangasinan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed Within Two (2) Years 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 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act”. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Law Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Interested Bidders May Obtain Further Information From The City Government Of Alaminos, Pangasinan And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23 – February 12, 2025 From The Given Address And Website Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos (php 10,000.00) At The Bac Secretariat, City Engineering Office, City Of Alaminos, Pangasinan. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Alaminos, Pangasinan Will Hold A Pre-bid Conference On January 31, 2025, 10:00 A.m. At The Bac Office, City Hall Building, City Of Alaminos, Pangasinan Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat On Or Before February 12, 2025, 9:30 A.m. At The City Budget Office, City Hall Building, City Of Alaminos, Pangasinan. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Late Bids Shall Not Be Accepted. Bid Opening Shall Be On February 12, 2025, 10:00 A.m. At The Bac Office, City Hall Building, City Of Alaminos, Pangasinan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The City Government Of Alaminos, Pangasinan 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 No. 9184 & Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Rolever C. Bernabe / Engr. Wilson C. Rosario Head – Bac Secretariat / Member – Bac Secretariat City General Services Office / City Engineering Office Alaminos City Hall Building Quezon Avenue, Poblacion, City Of Alaminos, Pangasinan 09772078566 / 09984469612 Bacseretariat12020@gmail.com Www.alaminoscity.gov.ph Rowena F. Ruiz City Budget Officer Chairperson - Bids And Awards Committee
Closing Date12 Feb 2025
Tender AmountPHP 7.5 Million (USD 129.2 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n742.11|wt2rr|717-605-7574|ashton.k.perry.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E And Applicable Procurement Specification.|
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
desired And Required Time Of Delivery (june 1997)|29|clin 0001|two (2)|450 Days||||||||||clin 0001|two (2)|1800 Days|||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|certifications - Stand-alone Receiving Report Material - Receiving Report & Invoice Combo |material - Inspect & Accept At Source |tbd|n00104|tbd|tbd|qty 2 - N68438 |tbd|n/a|n/a|tbd|see Form Dd142
3|n/a|n/a|see Form Dd1423|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|
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
progress Payments (nov 2021)|4|||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
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 (may 2024)|13|334220|1,250 (# Of Employees)||||||||||||
instructions To Offerors -- Competitive Acquisition (nov 2021)|2|||
type Of Contract (apr 1984)|1|ffp|
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
the Purpose Of This Amendment Is To:
1. Remove 52.211-8, Time Of Delivery.
2. Incorporate 52.211-9, Desired And Required Time Of Delivery.
desired Delivery Is Hereby Updated To 450 Days. Required Delivery Is Hereby Updated To 1800 Days. Please Review 52.211-9 For Details.
3. Extend The Solicitation Until 11 Feb 2025.
4. Incorporate Progress Payment Clauses (see Next Page).
5. All Else Remains The Same.
\
1. This Is A Procurement In Support Of The Triper Program.
2.drawings Can Be Accessed Thru: Sam.gov.
3. As This Procurement Is For The Triper Program , In Accordance With Federal Law, Dod And Navy Policy, And In Conjunction With The Defense Priorities And Allocation System, This Contract Shall Be Rated Dx.
4. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be Issued By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commerce Methods, Such As Email. The Governments Acceptance Of The Contractors Proposal Constitutes Bibilateral Agreement To Issue Contractual Documents As Detailed Herein.
5. As This Is A Triper Item, Approval Of Certifications By Submepp (n45404)prior To Shipment Of Material Will Be Required.
6. This Requirement Falls Under The Special Emergency Procurement Authority(sepa) In Accordance With 41 U.s.c. 1903 And Class Deviation 2018-o0013 Nowreferred To As Emergency Acquisition Flexibilities (eaf).
7. Offeror's Must Have A Valid U.s. Security Clearance Of Confidential Or Higher In Order To Respond To This Rfp N0010425rzb04, Because The Rfp Includes An Annex Classified At The Confidential Level Which Will Be Released Only To Offerors Possessing The
appropriate Clearance. All Classified Material Must Be Handled In Accordance With The National Industrial Security Program Operating Manual (nspom)(dod 5220-22-m) And Industrial Security Regulation (dod 5220.22-r).
8. If Requirement Will Be Packaged At A Location Different From The Offeror'saddress, The Offeror Shall Provide The Name, Address, And Cage Of The Facility.
9.this Award Will Be Issued Bilaterally, Requiring The Contractor's Writtenacceptance Prior To Execution.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Or Refurbishment And The Contract Quality Requirements For The Drive,antenna .
2. Applicable Documents
2.1 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 Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Identification Of Classified Documents - This Contract/purchase Order Requires The Contractor To Have Authorized Access To Classified Documents In Accordance With The Attached Contract Security Classification Specification (dd Form 254).
The Classified Documents And Security Level Are: ;cage 80064 Drawing 4640418 Rev E, Confidential;
2.2.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
drawing Data=psnsy-0063-12 |80064| -|lr |d|0001 | -|49998|0103349
drawing Data=re-b102111 |50225| C| |d|0001 | C|49998|0026842
drawing Data=re-b102112 |50225| C| |d|0001 | C|49998|0025803
drawing Data=re-b102113 |50225| B| |d|0001 | B|49998|0022569
drawing Data=re-b102114 |50225| E| |d|0001 | E|49998|0027560
drawing Data=re-b102115 |50225| C| |d|0001 | C|49998|0025027
drawing Data=re-b102116 |50225| C| |d|0001 | C|49998|0024877
drawing Data=re-b102122 |80064| D| |d|0001 | D|49998|0251146
drawing Data=re-b102129 |50225| C| |d|0001 | C|49998|0026263
drawing Data=re-b102130 |50225| E| |d|0001 | E|49998|0041548
drawing Data=re-b102131 |50225| E| |d|0001 | E|49998|0041677
drawing Data=re-b102133 |50225| C| |d|0001 | C|49998|0024607
drawing Data=re-b102135 |80064| J| |d|0001 | J|49998|0065379
drawing Data=re-b102137 |80064| D| |d|0001 | D|49998|0042789
drawing Data=re-b102138 |80064| D| |d|0001 | D|49998|0040619
drawing Data=re-b102139 |80064| D| |d|0001 | D|49998|0043360
drawing Data=re-b102140 |80064| E| |d|0001 | E|49998|0050062
drawing Data=re-b102141 |80064| F| |d|0001 | F|49998|0081427
drawing Data=re-b102142 |80064| E| |d|0001 | E|49998|0047323
drawing Data=re-b102143 |50225| F| |d|0001 | F|49998|0130256
drawing Data=re-b102144 |80064| B| |d|0001 | B|49998|0037175
drawing Data=re-b102145 |80064| C| |d|0001 | C|49998|0042339
drawing Data=re-b102146 |80064| E| |d|0001 | E|49998|0073812
drawing Data=re-b102153 |50225| C| |d|0001 | C|49998|0025341
drawing Data=re-b102154 |80064| A| |d|0001 | A|49998|0185049
drawing Data=re-b102155 |80064| D| |d|0001 | D|49998|0107088
drawing Data=re-b102156 |80064| E| |d|0001 | E|49998|0136330
drawing Data=re-b102157 |50225| B| |d|0001 | B|49998|0046975
drawing Data=re-b102158 |50225| B| |d|0001 | B|49998|0041778
drawing Data=re-b102159 |50225| C| |d|0001 | C|49998|0044902
drawing Data=re-b102181 |50225| D| |d|0001 | D|49998|0026774
drawing Data=re-b102218 |50225| C| |d|0001 | C|49998|0026814
drawing Data=re-b102219 |50225| C| |d|0001 | C|49998|0026787
drawing Data=re-b102222 |50225| F| |d|0001 | F|49998|0053112
drawing Data=re-b102224 |50225| D| |d|0001 | D|49998|0027968
drawing Data=re-b102235 |50225| E| |d|0001 | E|49998|0032122
drawing Data=re-b102236 |50225| D| |d|0001 | D|49998|0029095
drawing Data=re-b102238 |50225| C| |d|0001 | C|49998|0032836
drawing Data=re-b102244 |50225| C| |d|0001 | C|49998|0028536
drawing Data=re-b102248 |50225| D| |d|0001 | D|49998|0027328
drawing Data=re-b102249 |50225| D| |d|0001 | D|49998|0029099
drawing Data=re-b102250 |50225| E| |d|0001 | E|49998|0032166
drawing Data=re-b102251 |80064| D| |d|0001 | D|49998|0043474
drawing Data=re-b102254 |50225| C| |d|0001 | C|49998|0028906
drawing Data=re-b102257 |80064| E| |d|0001 | E|49998|0126324
drawing Data=re-b102265 |50225| C| |d|0001 | C|49998|0024112
drawing Data=re-b102277 |50225| B| |d|0001 | B|49998|0022276
drawing Data=re-c102103 |50225| F| |d|0001 | F|49998|0040090
drawing Data=re-c102104 |50225| E| |d|0001 | E|49998|0033608
drawing Data=re-c102105 |50225| E| |d|0001 | E|49998|0030469
drawing Data=re-c102106 |80064| E| |d|0001 | E|49998|0071085
drawing Data=re-c102108 |50225| B| |d|0001 | B|49998|0027936
drawing Data=re-c102110 |50225| D| |d|0001 | D|49998|0029442
drawing Data=re-c102117 |80064| D| |d|0001 | D|49998|0149723
drawing Data=re-c102119 |80064| F| |d|0001 | F|49998|0156813
drawing Data=re-c102184 |50225| E| |d|0001 | E|49998|0035246
drawing Data=re-c102187 |50225| D| |d|0001 | D|49998|0028403
drawing Data=re-c102217 |50225| F| |d|0001 | F|49998|0037161
drawing Data=re-c49486 |80064| G| |d|0001 | G|49998|0163657
drawing Data=re-c49491 |80064| H| |d|0001 | H|49998|0091687
drawing Data=re-c49495 |80064| H| |d|0001 | H|49998|0086662
drawing Data=re-c49499 |50225| C| |d|0001 | C|49998|0027972
drawing Data=re-c49501 |80064| E| |d|0001 | E|49998|0050639
drawing Data=re-d102098 |50225| F| |d|0001 | F|49998|0038716
drawing Data=re-d102102 |80064| F| |d|0001 | F|49998|0137719
drawing Data=re-d102109 |50225| D| |d|0001 | D|49998|0035323
drawing Data=re-d102118 |80064| G| |d|0001 | G|49998|0163923
drawing Data=re-d102126 |80064| E| |d|0001 | E|49998|0173323
drawing Data=re-d102128 |80064| E| |d|0001 | E|49998|0163478
drawing Data=re-d102134 |50225| D| |d|0001 | D|49998|0040774
drawing Data=re-d102152 |80064| E| |d|0001 | E|49998|0085710
drawing Data=re-d49481 |80064| H| |d|0001 | H|49998|0250204
drawing Data=re-f102096 |50225| H| |d|0001 | H|49998|0069583
drawing Data=re-f102097 |50225| C| |d|0001 | C|49998|0109061
drawing Data=re-f102099 |50225| D| |d|0001 | D|49998|0032070
drawing Data=re-f102100 |50225| D| |d|0001 | D|49998|0042893
drawing Data=re-f102101 |50225| F| |d|0001 | F|49998|0046419
drawing Data=re-f102132 |50225| C| |d|0001 | C|49998|0032918
drawing Data=re-f49492 |80064| J| |d|0001 | J|49998|0164993
drawing Data=02712011 |50225| F| |d|0001 | F|49998|0147468
drawing Data=03400001 |88594| D| |d|0001 | D|49998|0122849
drawing Data=03400001 |88594| A|dl |d|0001 | A|49998|0038555
drawing Data=03400007 |88594| A| |d|0001 | A|49998|0280258
drawing Data=03400008 |88594| B| |d|0001 | B|49998|0129951
drawing Data=03400009 |88594| A| |d|0001 | A|49998|0274779
drawing Data=03400010 |88594| B| |d|0001 | B|49998|0066662
drawing Data=03401003 |50225| A| |d|0001 | A|49998|0029868
drawing Data=03405002 |88594| C| |d|0001 | C|49998|0178430
drawing Data=03405006 |50225| B| |d|0001 | B|49998|0074121
drawing Data=4640418 |80064| E| |d|0001 | E|00026|0000000
drawing Data=4677518 |80064| J| |d|0001 | J|49998|0184705
drawing Data=4677518 |80064| J| |d|0002 | J|49998|0086018
drawing Data=7226168 |53711| B| |d|0001 | B|49998|0234229
drawing Data=7226168 |53711| -|dl |d|0001 | -|49998|0087340
drawing Data=7226168 |53711| -|dl |d|0002 | -|49998|0043444
drawing Data=7226168 |53711| -|dl |d|0003 | -|49998|0061746
drawing Data=7226168 |53711| -|dl |d|0004 | -|49998|0036594
drawing Data=7226169 |53711| A| |d|0001 | A|49998|0061735
drawing Data=7226169 |53711| A| |d|0002 | A|49998|0029804
drawing Data=7226169 |53711| A| |d|0003 | A|49998|0026485
drawing Data=7226169 |53711| A| |d|0004 | A|49998|0021478
drawing Data=7226169 |53711| A| |d|0005 | A|49998|0016838
drawing Data=7226169 |53711| -|dl |d|0001 | -|49998|0092242
drawing Data=7226169 |53711| -|dl |d|0002 | -|49998|0036181
drawing Data=7226169 |53711| -|dl |d|0003 | -|49998|0036007
drawing Data=7226169 |53711| -|dl |d|0004 | -|49998|0020494
drawing Data=7556876 |53711| -| |d|0001 | -|49998|0028010
drawing Data=7556876 |53711| -| |d|0002 | -|49998|0014731
drawing Data=7556876 |53711| -| |d|0003 | -|49998|0008260
drawing Data=7556876 |53711| -| |d|0004 | -|49998|0010539
drawing Data=7556876 |53711| -| |d|0005 | -|49998|0006627
drawing Data=7649063 |53711| C| |d|0001 | C|49998|0460061
drawing Data=8628281 |53711| -| |d|0001 | -|49998|0069932
drawing Data=8628281 |53711| -|dn |d|0001 | -|49998|0915932
drawing Data=8740736 |53711| -| |d|0001 | -|49998|0092991
3. Requirements
3.1 Design, Manufacture, And Performance - The Item Furnished Under This Contract/purchase Order Must Meet The Design, Manufacture, And Performance Requirements Specified On Cage ;53711; , Drawing ;7649063; And The Applicable Submepp Procurement Instruction
;41ap-012-0001 Rev -, (csd468); , Except As Amplified Or Modified Herein.
3.2 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd468, Csd466 And Csd467; In Ecds At Https://register.nslc.navy.mil/
3.3 Confidential Hydrostatic Test Pressures - When Test Pressures Are Confidential, Certification Must Reference ;4640418 Rev E; And The Item Number To Which The Item Was Tested In Lieu Of The Actual Pressures. Any Drawing Requirement To Mark The Working
pressure On The Item Does Not Apply And Is Strictly Prohibited.
4. Quality Assurance Provisions - Not Applicable.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
5.1.1 Additional Preservation, Packaging, Packing And Marking Requirements Are Included In The Referenced Refurbishment Instruction Or Procurement Specification From Submepp.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible.
date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible.
date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible.
date Of First Submission=asreq
date Of Subsequent Submission=asreq
see Csd (contract Support Document) Called Out Within Paragraph 3 - Requirements.
all Csds Are To Be Obtained From Ecds (electric Contractor Data Submission) At:https://register.nslc.navy.mil/.
certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow)to The Maximum Extent Possible.
Closing Date11 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n731.46|n00383|n/a|amanda.m.sweeney4.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Higher-level Contract Quality Requirement|8|x|||||||| Time Of Delivery (june 1997)|20||||||||||||||||||||| Stop-work Order (aug 1989)|1|| Wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|inspection Site Source Final Acceptance Site Source|tbd|n00383|tbd|tbd|see Schedule |tbd||||||||| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| Value Engineering (jun 2020)|3|||| Equal Opportunity (sep 2016)|2||| Integrity Of Unit Prices (nov 2021)|1|| Equal Opportuity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (jan 2023)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Limitation Of Liability--high-value Items (feb 1997)|1|| Offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| Alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American--balance Of Payments Program (feb 2024)|1|| Royalty Information (apr 1984)|1|| Annual Representations And Certifications (may 2024)|12|332439|1250||||||||||| Facsimile Proposals (oct 1997)|1|| Notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||a8c| Evaluation--commercial Products And Commercial Services (nov 2021)|4||||| 1. This Amendment Hereby Increases The Qty Of This Solicitation By Qty 36; From Qty 150 To 186. 2. All Other Terms And Conditions Remain Unchanged. \ This Rfp Is For A Sares Buy And Will Be Using Competitive Procedures. This Requirement Will Be Awarded To The Offeror With The Lowest Price Technically Acceptable (lpta) Quote. The Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement. This Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 Pre-award / Post Award Requirements: Due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;plastic; . 1.3 Manufacturing Process Is ;rotomolding; . 1.4 When Discrepancies Exist Between These Requirements And Those On Current Manufacturer's Drawings,contact Code ;buyer On Page 1 Of Contract; Or Code N241.10 1.5 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;hardigg Industries, Inc.; Drawing Number ( ;11214; ) ;18334-0100; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.6 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.7 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents Drawing Data=18334-0100 |11214| | |d| | | | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." All Containers Must Be Affixed With A Nameplate That Includes A Unique Identification (uid) Marking As Referenced In The Drawing Package Drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor Shall Contact Navicp Code ;0771.13; Or Code 0771.10 For The Alphanumeric Sequential Serial Number Group That Makes Up Part Of The Uid. The Uidwill Be Included On The Nameplate In Data Matrix Format. When A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First Article. Contact Code ;contact Buyer On Page 1 Of Contract; Or Code N241.10 To Arrange For First Article Test Location 4. Quality Assurance 4.1 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.1.1 Dimensional Test (special) ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.2 Requirements Of: ;iaw Drawing (11214) 18334-0100 And Subdrawings Is Applicable; 4.1.3 Form: ;applies; 4.1.4 Fit: ;applies, Use Actual Item; 4.1.5 Function ;applies; 4.1.6 Compliance With Drawing ( ;11214; ) ;18334-0100; , Revision ;latest; And Specifications Referenced Therein. 4.2 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.3 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.4 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;10,000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will Require Such Testing. 4.5 Disposition Of Fat Samples 4.5.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.5.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The Sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.6 Test Sample Coating Instructions 4.6.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative.this Paragraph Does Not Apply To Shipping Containers. 4.7 Fat Approval Criteria 4.7.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;11214; ; ) Part Number ;18334-0100; ; , Revision ;latest; ; Within ;120; ; Calendar Days From The Date Of This Contract To The Government At ;contact Buyer On Page 1 Of Contract; ; Marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" For First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". Within ;90; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;30; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional Approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The Government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be Allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The Navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of The Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.8 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run Additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, And (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The Government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule He Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) Within Days: Item No. _______________ Quantity:_______ After Date Of Contract:__________ Sampling Per Ansi/asq Z1.4, Sample Plan S-2aql 1.0 (13 Pcs) Accept 0, Reject 1.one (1) Rejection Will Require 100% Of The Shipment To Be Tested. A Lot Shall Consist Of Any Scheduled Shipment Quantity Under Contract. Representative Sampling Shall Be Used, I.e. The Samples Are To Be Selected At Random Throughout The Lot.remove Either The Vortex Or Breather Valve And Install A Suitable Airtight Fitting.draw A Vacuum On The Sample Container(s) To .025+/- 0.01 Psig.stabilize Vacuum Within Tolerance For A Minimum Of 15 Minutes, Then Disconnect The Vacuum Input And Test Monitor The Container For 15 Minutes.the Vacuum Should Hold Within +/- 0.05 Psig At The End Of The 15 Minutes For The Container To Pass. Testing Specifications For Cases: Drop Test:fed-std-101c. Method 5007.1 Paragraph 6.3,procedure -a- Level -a-. Procedure A Falling Dart Impact: Ata 300, Category I,general Requirements For Category I & Ii Reusable Containers Vibration (loose Cargo): Fed-std-101c, Method Of 5019 Vibration (sweep):ata300, (jan 15th/96),which States In Appendix Ii, B4 Simulated Method 506.4, Procedure Ii Of 4.1.2 Fed-std-101c Method 5009.1, Section 6.7.1. All Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor. 4.9 100% Production Leak Test. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. Each Container, Uninstrumented And Without Dummy Load, Shall Then Be Subjected To A Single 18 Inch Flat Drop. The Pneumatic-pressure Technique Of Method 5008 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Setting Equal To 0.5 + 0.1 - 0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure Over A 30 Minute Period That Exceeds 25% Of The Stabilized Pressure Shall Be Cause For Rejection; Tests Shall Be Conducted To Ascertain Sources Of Leaks And Corrective Action Taken. Any Deformation Of The Container Shell While Pressurized Which Is Greater Than Three-quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. Warning Container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. 4.10 100% Production Leak Tests. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Pressurizing Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic - Pressure Technique Of Method 5009 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Pressure Setting Equal To 0.25 + 0.1-0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric Pressure) Shall Be Cause For Rejection. Any Deformation Of The Container Shell, While Pressurized, Which Is Greater Than Three Quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date14 Jan 2025
Tender AmountRefer Documents
Uranium Corporation Of India Limited - UCIL Tender
Goods
Civil And Construction...+1Excavation
GEM
India
Description: BOQ ITEMS: Earthwork in excavation in the following types of soil and rock up to and including 1.5 mtr. Lead including bailing or pumping out any water accumulating inside the excavated pit or trench shoring strutting adequate protection to be taken during excavation transporting the excavated soil for all lead stacking selectively including disposing off the rubbish rock fragments excess spoils etc. lead upto 100 Mtrs. in the area as directed by the Engineer all complete as per drawing specification and direction of the Engineer. , Earth work in back filling with available earth including watering and compaction at all elevations around foundations walls wells tunnels pitsculverts trenches road approaches and in plinth filling and area filling as per specifications and drawings and as directed by the Engineer with selected spoil within a lead of 100 mtr., Disposal carriage of rubbish waste rock earth etc.dumped stacked at site by mechanical means including loading unloading and dressing properly lead upto 5 Km. and up to any lift includind cost of all labours and equipments. , Surface dressing of the ground in all kinds of soil including removing vegetation and inequalities not exceeding 15 cm deep and disposal of rubbish lead up to 50 m and lift up to 1.5 m., Supply mix place in position compact cure cement concrete 1 cement 3 coarse sand 6 graded stone aggregate 20 mm nominal size below foundations walls wells pits trenches etc. and in basin lining as per specifications drawings and directions of the Engineer and including cost of centring and shuttering but excluding cost of cement., Supply mix place in position compact and cure including testing of concrete specimens finishing surfaces as per specifications drawings and directions of the Engineer of the following grades of concrete with 20mm and down graded stone aggregate and coarse sand in super structure or any level excluding cost of centring and shuttering cement and reinforcement. M20 RCC PCC, Taking delivery from store or departmental yard bend bind and place the following types of reinforcement in all types of reinforced concrete work at all elevations including cleaning straightening cutting bending and binding with 18 SWG annealed wire or with welding such as tack lap butt etc with approved electrodes providing concrete cover blocks pin chairsnails supports of reinforcement etc. with all materials and labour complete as per drawings specifications and directions of Engineer excluding cost of reinforcement. , Install dismantle and remove the form work of approved quality including splay recess corners haunch etc. scaffolding necessary rendering of concrete surfaces after exposure including cost of all material and labours at all elevations. , Supply and laying in position brick work with designate 75 bricks in super structure etc in cement coarse sand mortar 1 isto 6 including mixing mortar laying bricks raking joints curing etc complete with all materials and labour as per drawings and specifications excluding cost of cement. , Providing and fixing 125 into 63 mm M. S. Hinges of approved quality and make., Providing and fixing ISI marked anodised aluminium tower bolt black finish Barrel type with necessary screws etc. complete 300 into 10 mm, Providing and fixing ISI marked anodised aluminium tower bolt black finish Barrel type with necessary screws etc. complete 150 into10 mm, Providing and fixing bright finished brass hanging type floor door stopper with necessary screws etc. complete., Providing and fixing aluminium extruded section body tubular type universal hydraulic door closer having brand logo with IS 3564 embossed on the body door weight upto 36 kg to 80 kg and door width from 701 mm to 1000 mm with double speed adjustment with necessary accessories and screws etc. complete., Providing and fixing aluminium handles ISI marked anodised anodic coating not less than grade AC 10 as per IS 1868 transparent or dyed to required colour or shade with necessary screws etc. complete 125 mm., Providing and fixing aluminium sliding door bolts ISI marked anodised anodic coating not less than grade AC 10 as per IS 1868 transparent or dyed to required colour or shade with nuts and screws etc. complete 300x16 mm, Cement concrete flooring 1 cement 2 coarse sand 4 graded stone aggregate finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc. Complete as per direction of EIC excluding cost of cement. 40 mm thick with 20 mm nominal size stone aggregate, Grading roof for water proofing treatment with Cement concrete 1 cement 2 coarse sand 4 graded stone aggregate 20 mm nominal size excluding cost of cement., 15mm thick minimum plastering with 1 cement 6 coarse sand to all faces of walls channels in roof and other structures at various elevations including mixing laying finishing curing and necessary scaffolding work complete as per drawings specifications with all materials and labours excluding cement Including Making grove if required. Work will be done upto 10 m height., Applying neat cement punning including cost of all materials labours etc. Complete as per direction of Engineer in charge excluding cost of cement, Supplying and applying two or more coats of white wash with lime to walls ceiling etc. At various elevations including preparation of surfaces cleaning etc.complete with all materials labour scaffolding work as per specifications ., Supplying and applying two or more coats of approved water proof cement paint over a coat of primer to exterior surfaces of concrete masonry plastered surfaces etc.at all elevations and including preparation of surface necessary scaffolding work etc.complete with all materials and labour Application of paint should be made as per manufacturer specifications to give an even shade. , Drain cleaning including disposal of rubbish up to 5 km all complete as per direction of EIC, Cleanning of chajja roof RWDC Floor corner drains etc., Painting with synthetic enamel paint of approved brand and manufacturer of required colour to give an even shade two or more coats on new or old work over a priming coat complete as per specification and direction of EIC. , Providing and fixing factory made ISI marked steel glazed doors windows and ventilator with beading and all members complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted including providing and fixing of hinges pivots including priming coat of approved steel primer but excluding the cost of other fittings complete all as per approved design sectional weight of only steel members shall be measured for payment., Taking delivery from store or departmental yard fabrication and erection of Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming coat of approved steel primer all complete., Providing and fixing bright finished brass casement window fastener with necessary screws etc. complete., Providing and fixing following G.I. pipes complete with G.I. fittings including trenching and refilling etc.15 mm dia nominal bore, Providing and fixing following G.I. pipes complete with G.I. fittings including trenching and refilling etc. 20 mm dia nominal bore, Providing and fixing following G.I. pipes complete with G.I. fittings including trenching and refilling etc.25 mm dia nominal bore, Providing and fixing following G.I. pipes complete with G.I. fittings including trenching and refilling etc. 50 mm dia nominal bore, Providing and fixing following G.I. pipes complete with G.I. fittings including trenching and refilling etc. 100 mm dia nominal bore G.I.or CPVC.., Fixing of old G.I. pipes complete with G.I. fittings including trenching and refilling etc. 15 mm dia nominal bore, Fixing of old G.I. pipes complete with G.I. fittings including trenching and refilling etc.20 mm dia nominal bore, Fixing of old G.I. pipes complete with G.I. fittings including trenching and refilling etc. 25 mm dia nominal bore, Providing and fixing C.P. brass bib cock or Pillar Cock of approved quality conforming to IS 8931. 15 mm nominal bore., Providing and fixing C.P. brass stop cock concealed of standard design and of approved make conforming to IS 8931. 15 mm nominal bore., Demolishing brick work in cement mortar manually or by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 metres lead as per direction of EIC, Demolishing R.C.C or PCC work manually or by mechanical means including stacking of steel bars and disposal of unserviceable material within 50 metres lead as per direction of EIC, Dismantling G.I. pipes external work including excavation and refilling trenches after taking out the pipes manually by mechanical means including stacking of pipes within 50 metres lead as per direction of EIC upto 150 mm dia, Providing and fixing or Renewing glass panes with putty and nails wherever necessary including racking out the old putty Float glass panes of thickness 5.5 mm, Renewing of old glass putty, Supplying laying in position stone masonary with Hard rock boulder with cement morter 1 cement 6coarse sand morter finishing the top with PCC reasonably smooth complete with curing and raking of joints including cost of all material equipments and labour excluding cost of cement.
, Providing and applying plaster of paris putty of 2 mm thickness over plastered surface to prepare the surface even and smooth complete., Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade Old work one or more coats, Providing and fixing 35 mm thick factory made PVC door shutters with frame 65mm into 55mm with wall thickness 2 mm all complete as per manufacturers specification and direction of EIC. , Providing and fixing ISI marked flush door shutters conforming IS 2202 non decorative type core of block board construction with frame of 1st class hard wood and well matched comercial 3 plyveneering with vertical grains or cross bands and face veneers on both faces of shutters 30 mm thick including ISI marked stainless steel butt hinges with necessary screws., Providing and fixing precoated galvanised iron profile sheets 0.50 mm total coated thickness with zinc coating 120 grams per sqm as per IS 277 in 240 mpa steel grade 5 microns epoxy primer on both side of the sheet and polyester top coat 15 microns. Sheet should have protective guard film of 25 microns minimum to avoid scratches during transportation and should be supplied in single length upto 12 metre or as desired by EIC. The sheet shall be fixed using self drilling self tapping screws with EPDM seal complete upto any pitch in horizontal vertical or curved surfaces including ridges barge board etc excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required. , Providing and fixing Following precoated galvanised steel sheet roofing accessories 0.50 mm total coated thickness Zinc coating 120 grams per sqm as per IS 277 in 240 mpa steel grade 5 microns epoxy primer on both side of the sheet and polyester top coat 15 microns using self drilling self tapping screws complete in Ridges plain 500 mm, Providing and fixing Following precoated galvanised steel sheet roofing accessories 0.50 mm total coated thickness Zinc coating 120 grams per sqm as per IS 277 in 240 mpa steel grade 5 microns epoxy primer on both side of the sheet and polyester top coat 15 microns using self drilling self tapping screws complete in Barge board up to 300mm, Providing and fixing Following precoated galvanised steel sheet roofing accessories 0.50 mm total coated thickness Zinc coating 120 grams per sqm as per IS 277 in 240 mpa steel grade 5 microns epoxy primer on both side of the sheet and polyester top coat 15 microns using self drilling self tapping screws complete in Gutter. 600 mm over all girth, Providing reinforced by organic fibres or inorganic synthetic fibres cement 6 mm thick corrugated sheets roofing up to any pitch and fixing with polymer coated J or L hooks bolts and nuts 8 mm dia. G.I. plain and bitumen washers or with self drilling fastener and EPDM washers etc. complete excluding the cost of purlins rafters and trusses including cutting sheets to size and shape wherever required. , Providing and fixing Following fibre cement high impact polypropylene reinforced roofing accessories in all colours with polymer coated J or L hooks bolts and nuts and or G.I. seam bolts and nuts G.I. plain and bitumen washers or with self drilling fastener and EPDM washer etc. complete Close fitting adjustable ridges, Providing and fixing Following fibre cement high impact polypropylene reinforced roofing accessories in all colours with polymer coated J or L hooks bolts and nuts and or G.I. seam bolts and nuts G.I. plain and bitumen washers or with self drilling fastener and EPDM washer etc. complete in Barge boards , Providing & fixing UV stabilised fiberglass reinforced plastic sheet roofing up to any pitch including fixing bolts nuts 8mm dia. G.I plain bitumen washers complete but excluding the cost of purlins rafters trusses etc. The sheets shall be manufactured out of 2400 TEX panel rovigs incorporating minimum ultra violet stabiliser in resin system under approximately 2400 psi and hot cured. They shall be of uniform pigmentation and thickness without air pocketsThe sheets shall be opaque or translucent clear or pigmented textured or smooth as specified. 2 mm thick corrugated, Repairing and maitenance of Rolling shutter in all respect including greasing repairing replacement of material to repairing of rolling shutter.
Supply and fixing 27.5 cm long springs, Supply and fixing ball bearing, Supply and fixing precast slab M20 grade, Providing wood work in frames of false ceiling or floor partitions etc. sawn and fixed in position Sal wood and 15 mm thick light weight integral densified micro look edged with PVC top matt false floor tiles of size 595 into 595 mm including cost of all materials labours and as per direction of EIC. , Aluminum work for shutters of doors windows ventilators including providing and fixing hinges pivots and making provision for fixing of fittings wherever required including the cost of EPDM rubber neoprene gasket required Fittings shall be paid for separately Polyester powder coated aluminium minimum thickness of polyester powder coating 50 micron, Providing and fixing water closet squatting pan Indian type W.C. pan with 100 mm sand cast Iron P or S trap 10 litre low level white P.V.C. flushing cistern including flush pipe with manually controlled device handle leverconforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern W.C. pan of size 580 into 440 mm with integral type foot rests., Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of 430 into 260 into 350 mm or 340 into 410 into 265 mm sizes respectively., Providing and fixing wash basin or Kitchen Sink with C.I. brackets 15 mm C.P. Brass pillar taps 32 mm C.P. brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require White Vitreous China Wash basin size 630 into 450 mm with a single 15 mm C.P. brass pillar tap all complete as per direction of EIC., Providing and fixing white vitreous china water closet squatting pan Indian type Orissa pattern W.C. pan of size 580 into 440 mm, Supply and fixing PVC connecting pipe 15 mm N B, Supply and fixing PVC flexible waste pipe 32 or 40 mm N B, Supply and fixing float ball valve 20 mm N B, Providing and fixing G.I. chain link fabric fencing of required width in mesh size 25 into 25 mm made of G.I. wire of dia 3 mm including strengthening with 2 mm dia wire or nuts bolts and washers as required complete as per the direction of EIC. , Dismantling steel work in built up sections in angles tees flats and channels including all gusset plates bolts nuts cutting rivets welding etc. including dismembering and stacking within 50 metres lead., Dismantling following roofing including ridges hips valleys and gutters etc.and stacking the material within 50 metres lead of G.S. Sheet, Dismantling following roofing including ridges hips valleys and gutters etc and stacking the material within 50 metres lead of Asbestos cement sheet
Closing Date25 Feb 2025
Tender AmountINR 1.3 Million (USD 16 K)
BELKAR CLEANING TOURISM FUEL TRANSPORTATION AGRICULTURE CONSTRUCTION INDUSTRY AND TRADE LIMITED COMPANY Tender
Civil And Construction...+1Civil Works Others
Turkey
Purchaser Name: BELKAR CLEANING TOURISM FUEL TRANSPORTATION AGRICULTURE CONSTRUCTION INDUSTRY AND TRADE LIMITED COMPANY | Within the Scope of Occupational Health and Safety Service Procurement, Health Control Services with Occupational Health and Safety Specialist and Workplace Physician
Closing Date29 Jan 2025
Tender AmountRefer Documents
Turkish Republic State Railways Transportation A.S. General Office of the Ankara Region. Tender
Civil And Construction...+1Building Construction
Turkey
Purchaser Name: Turkish Republic State Railways Transportation A.S. General Office of the Ankara Region. | Establishment of Pumped Sand Facility between 4 and 5 Tracks for Electric Locomotives in Eskişehir Hasanbey Locomotive Maintenance Depot Directorate
Closing Date20 Jan 2025
Tender AmountRefer Documents
Turkish Republic State Railways Transportation A.S. General Office of the Istanbul Region. Tender
Others...+1Civil And Construction
Turkey
Purchaser Name: Turkish Republic State Railways Transportation A.S. General Office of the Istanbul Region. | Cleaning of Workshops and Train Sets of Gayrettepe - Istanbul Airport - Halkalı Rail System Line
Closing Date7 Feb 2025
Tender AmountRefer Documents
GİRESUN GÜVENLİK CONSTRUCTION CONTRACTING TRANSPORTATION TURİZM INDUSTRY AND TRADE JOINT STOCK COMPANY Tender
Civil And Construction...+1Civil Works Others
Turkey
Purchaser Name: GİRESUN GÜVENLİK CONSTRUCTION CONTRACTING TRANSPORTATION TURİZM INDUSTRY AND TRADE JOINT STOCK COMPANY | 2025 Osgb Occupational Health and Safety Service Recruitment Job
Closing Date16 Jan 2025
Tender AmountRefer Documents
9561-9570 of 9845 archived Tenders