Valve Tenders
Valve Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date10 Apr 2025
Tender AmountRefer Documents
Description: Contact Information|4|n744.2|bxj|717-605-1332|naryan.smith.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|||||x||||||||||||||||||||||
desired And Required Time Of Delivery (june 1997)|29|clin001aa|4|120 Days|||||||||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
qualification Requirements (feb 1995)|2|naryan Smith|naryan.smith.civ@us.navy.mil|
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (jan 2025)|13|332919|800||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf).
2. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution.
3. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By
facsimile, Or Sent By Other Electronic Commerce Methods Suchas Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
4. If Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility.
5. Any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy
program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order.
6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page Under Contract Opportunities On Sam.gov Website. After Requesting Access, Send An Email To The Poc Listed On The Solicitation.
7. Government- Inspection And Acceptance (g-s I&a) Is Required. If The G-s I&a Will Occur At A Different Cage From The Admin Award Cage, Please Provide The Procurement Facility Cage And/or Packaging Cage With The Quote.
8. Please Provide The Following Information In The Procurement Quote: Your Cage (used As The Awardee Cage):___________________ The Unit Procurement Price: $____________________________________
the Procurement Cage _____________ And Packaging Cage___________ (as Described In #2).
procurement Acquisition Time, Delivered In _____ Days.
note To Distributors/dealers:
if You Are A Distributor, Your Quotation Must Beaccompanied With A Letter From The Actual Manufacturer Indicating That You Are An "authorized" Distributor.
if You Are A Dealer, Your Quotation Must Be Accompanied With A Statement Clearly Identifying Your Firm As A Dealer Along With The Oem's Name/cage Code And P/n That You Intend On Providing.
9. Please Submit A Procurement Quote To Naryan Smith Via Email: Naryan.smith.civ@us.navy.milthis Is The Only Submission Method Authorized.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,gate .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order,
however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
document Ref Data=mil-std-130 | | |k |000115|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=iso9001 | | | |010417|a| | |
3. Requirements
3.1 ;this Item Is A Qpl Item And Is Listed On The Following Qpl Military Spec:
81349 Mil-dtl-15103g / Valve Assembly Types: Corrosion Resistant Steel;
3.2 Cage Code/reference Number Items - The Valve,gate Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;60756 Gvb-2-m23854
00062 402065;
3.3 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130.
3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Spcc Contracting Officer Has Been Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer
will Be Acceptable For Government Evaluation. When Notifying The Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not
effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.5 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
4. Quality Assurance
4.1 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection/quality System Acceptable To The Government. The Inspection System Requirements For This Contract/purchase Order Shall Be In Accordance With Mil-i-45208. Suppliers
certified To Perform Under Iso 9001 Or Iso 9002 Are Granted Permission To Utilize The One Desired In Lieu Of Mil-i-45208.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During
the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies.
4.4 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
Municipality Of Naguilian, La Union Tender
Automobiles and Auto Parts
Philippines
Closing Soon19 Mar 2025
Tender AmountPHP 198.1 K (USD 3.4 K)
Details: Description Nissan Navarra (fsy598) Cemetery 4 Pcs Tire Mounting 4 Pcs Wheel Balancing 4 Pcs Tire Valve 6 Pcs Stick On Weights 4 Pcs 255/60 R18 Tires 1 Pc Battery Maintenance Free 1 Lot Camber/toe In And Toe Out 1 Lot Wheel Alignment Mitsubishi Fb (iaa 4952) Engineering 1 Pc 3sm Battery Maintenance Free 1 Pc Air Cleaner 1 Pc Installation Of Air Cleaner, Battery And Electrical Service Nissan Nv350 Urvan (fzy207) Gso 2 Pcs Tires 195 R15 3 Pcs Wheel Weights 2 Pcs Tire Valve 1 Lot Wheel Balancing (2 Tires) 1 Lot Wheel Alignment With Camber Pnp Toyota Innova (sjg-687) 8 Ltrs 15w40 Engine Oil 1 Pc Oil Filter 1 Pc 3sm Battery 1 Lot Change Oil And Oil Filter, Clean Air Cleaner And Fuel Filter 1 Lot Electrical Services 1 Lot Engine Tune-up 1 Lot Clean And Adjust Brakes Front & Rear Pnp Toyota Hi-lux (131207) 1 Set Brake Shoe Lh/rh 1 Set Brake Pad Lh/rh 8 Ltrs 15w40 Engine Oil 1 Pcs Oil Filter 1 Lot Change Oil And Oil Filter 1 Lot Replace Brake Shoe 1 Lot Replace Brake Pads 1 Lot Replace Bulb 1 Lot Clean And Overhaul Egr Pnp Toyota Hi-lux (131206) 8 Ltrs 15w40 Engine Oil 1 Pc Oil Filter 1 Lot Change Oil And Oil Filter 1 Lot Clean And Adjust Brakes 1 Lot Engine Tune-up And Egr Cleaning
National Irrigation Administration Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Soon17 Mar 2025
Tender AmountPHP 375.9 K (USD 6.5 K)
Details: Description Item Item And Description Qty Unit Unit Price Total Price Supply And Delivery Of Spare Parts For Use Of Maintenance Of Sany Excavator And Trailer For Use Of Tractor Head With Trailer Howo Nx6x4 1 Oil Filter (200v05504-0122) 4 Pc 2 Engine Oil Ci-4 15w40 160 Lit 3 Fuel Filter (200v12503-0062) 1 Pc 4 Water Separator (wg9925550990) 1 Pc 5 Gear Oil 90 300 Lit 6 Air Filter (2747) 1 Pc 7 Mobilization And Labor 4 Job For Use Of Sany Sy215hs Crawler Excavator 8 Oil Filter (b222100000494) 2 Pc 9 Diesel Fuel Filter (160604020055b) 2 Pc 10 Oil-water Separator Filter (160603020043b) 2 Pc 11 Water Filter (glq007357390) 2 Pc 12 Engine Oil Ci-4 15w40 (18l) 6 Pail 13 Safety Cartridge Of Air Cleaner (60207265) 1 Pc 14 Main Cartridge Of Air Cleaner (60207265) 1 Pc 15 Gear Oil, Gl-5 85w140 (hwc4040002415) 5 Lit 16 Mobilization And Labor 3 Job For Use Of Sany Sy135c Crawler Excavator (2 Units) 17 Oil Filter (b222100000494) 4 Pc 18 Diesel Fuel Filter (160604020055b) 4 Pc 19 Oil-water Separator Filter (160603020043b) 4 Pc 20 Breather Valve 2 Pc 21 Safety Cartridge Of Air Cleaner (b222100000500) 2 Pc 22 Main Cartridge Of Air Cleaner (b222100000501) 2 Pc 23 Engine Oil Ci-4 15w40 (18l) 4 Pail 24 Gear Oil, Gl-5 85w140 (hwc4040002415) 3 Lit 25 Mobilization And Labor 6 Job X-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-
City Of Tarlac Tender
Automobiles and Auto Parts
Philippines
Closing Date2 Apr 2025
Tender AmountPHP 13 Million (USD 227.5 K)
Details: Description Service Vehicle Dual Ac Euro 4 Engine: 5 Speed Manual/2.2l Euro 4 Compliant 16 Valve Dohc With Turbo Intercooler System Fuel System: Electronic Common Rail Direct Injection Displacement: Cc2268-2280 Fuel Tank Capacity: 55l Max Output: Ps 99.25/3500 Max Torque: N-m 200/1000 3500 Suspension: Front, Independent Wishbone And Coil Spring With Stabilizer, Rear Semi-elliptic Leaf Spring Brakes: Front 10inch Ventilated Disc, Rear 10 Inch Leading And Trailing Drums Steering Gear Type: Ball And Nut Gear Type With Power Steering Steering Wheel: 2 Spoke Polypropylene Wheels And Tires: Tires 185r14c-8pr Wheels: 14 X 5 Steel Rims Factory Rustproofed With 8 Dip Zero Rust Paint Process Prospective Bidders Must Have Completed A Contract Similar To The Project With The Amount Of At Least 50% Of The Abc. 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”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Bid Documents Are Available From The Date Of This Advertisement Until The Opening Of Bids At The City General Service Office, 2nd Floor, Main Building, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Opening Of Bids Shall Commence At Exactly 2:00 P.m. On April 2, 2025 At The Bid And Awards Committee Conference Room. Pre-bid Conference Is Set March 20, 2025 At 2:30 P.m. At The Bids And Awards Committee, Conference Room, Main Building, 2nd Floor, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Interested Bidders Should Submit Their Duly Accomplished Bid Proposals To The Bac Secretariat Not Later Than 2:00 P.m. On The Date Of Opening Of Bids. Bid Form/s Shall Be Paid Directly To The City Treasurer’s Office. Payment Of Bid Form/s Is Non-refundable. All Other Matters Not Specified Herein Shall Be Governed By Pertinent Provisions Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. Government Reserves The Right To Reject Any Or All Bids Waive Minor Defect Contained Herein; And Accept The Offer Most Advantageous To The Government
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Soon19 Mar 2025
Tender AmountRefer Documents
Description: Proposed Procurement For Nsn 4810014183262 Valve,regulating,fl:
line 0001 Qty 2 Ui Ea Deliver To: Dla Distribution Cherry Point By: 0171 Days Ado
approved Source Is 9p5n5 B94550-003.
the Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Specifications, Plans, Or Drawings Are Not Available.
all Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered.
quotes Must Be Submitted Electronically.
National Irrigation Administration Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Date2 Apr 2025
Tender AmountPHP 4.4 Million (USD 77.4 K)
Details: Description Lot 7 Supply And Delivery Of Solar - Powered Pump And Accessories To The Project Site Of Kabulnan Ris (resto-nis) Cy 2025 - Mamasapano I. Solar Pv Modules And Accessories Solar Pv Module 600 Watts Monocrystalline Current At Pmax (imp):17.44 Ampere, Voltage At Pmax (vmp): 34.4 Volts, Short Circuit Current (isc): 18.52 Ampere, Open Circuit Voltage (voc): 41.5 Volts 64.00 Pc Solar Mounting Rails Galvanized Steel Type 3.2m/length 70.00 Length Mid Clamp 180.00 Pc End Clamp 40.00 Pc Pv Cable Twin Pair (black And Red) 6x4mm² 200.00 M Mc4 Pv Cable Connector (male And Female) 50.00 Pair Lightning Arrestor And Grounding Rod With Earth Pit Chamber 1.00 Set Ii. Control System And Accessories A. Solar Pumping Inverter 30hp (23kw) Combiner Box Must Be Installed With The Following: 2 Groups Of 5 Sfpv-25 Fuse Holder With 1000v @ 20 Ampere Fuse For Positive And Negative Strings, 3 Groups Photovoltaic Reflector Anti Reverse Diode For Positive String Rated With 55 Ampere @ 1600v, 1 Unit Dc Surge Protection Device (spd), 1 Unit Dc Main Breaker. 1 Unit B. Combiner Box 5 Input Strings Combiner Box Must Be Installed With The Following: 2 Groups Of 5 Sfpv-25 Fuse Holder With 1000v @ 20 Ampere Fuse For Positive And Negative Strings, 3 Groups Photovoltaic Reflector Anti Reverse Diode For Positive String Rated With 55 Ampere @ 1600v, 1 Unit Dc Surge Protection Device (spd), 1 Unit Dc Main Breaker. 1 Unit 60 Ampere Solar Charge Controller (lighting System) 2 Units 100 Ampere Hour Deep Cycle Gel Type Battery (lighting System) 2 Units 10 Watts Led Light (lighting System) 8 Units Iii. Electromechanical Submersible Sewage Pump Power: 50hp(37kw), Output Diameter :10", Flow: 600 M3/hr, Head: 13 Meters, Input Voltage: 380 Volts, Frequency: 50hz. 1 Unit Pump Cable 3 X 10mm² 150 M Check Valve (non-return Valve) 8" Dia. 1 Unit Gate Valve 10" Dia. (distribution) 1 Unit Gate Valve 10" Dia. (drain) 1 Unit Steel Flange 10" With Bolt, Nut And Washer (gate Valve) 4 Sets Steel Flange 10" With Bolt, Nut And Washer (check Valve) 4 Sets Steel Flange 10" With Bolt, Nut And Washer (drain Valve) 4 Sets Steel Elbow 90° 10" Dia. (pump To Reservoir) 4 Units Hdpe Elbow Elbow 90° 10" Dia. (pump To Reservoir) 6 Units G.i To Hdpe Coupling 10" Dia. (pump To Reservoir) 4 Units G.i Pipe 10" Dia. Schd. 40 (pump Section And Reservoir) 2 Lengths Upvc Pipe 8" Dia. (intake To Reservoir) 10 Lengths
City Of Tarlac Tender
Automobiles and Auto Parts
Philippines
Closing Date2 Apr 2025
Tender AmountPHP 2.9 Million (USD 50.5 K)
Details: Description Service Vehicle Dual Ac Euro 4 Engine: 5 Speed Manual/2.2l Euro 4 Compliant 16 Valve Dohc With Turbo Intercooler System Fuel System: Electronic Common Rail Direct Injection Displacement: Cc2268-2280 Fuel Tank Capacity: 55l Max Output: Ps 99.25/3500 Max Torque: N-m 200/1000 3500 Suspension: Front, Independent Wishbone And Coil Spring With Stabilizer, Rear Semi-elliptic Leaf Spring Brakes: Front 10inch Ventilated Disc, Rear 10 Inch Leading And Trailing Drums Steering Gear Type: Ball And Nut Gear Type With Power Steering Steering Wheel: 2 Spoke Polypropylene Wheels And Tires: Tires 185r14c-8pr Wheels: 14 X 5 Steel Rims Factory Rustproofed With 8 Dip Zero Rust Paint Process Prospective Bidders Must Have Completed A Contract Similar To The Project With The Amount Of At Least 50% Of The Abc. 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”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Bid Documents Are Available From The Date Of This Advertisement Until The Opening Of Bids At The City General Service Office, 2nd Floor, Main Building, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Opening Of Bids Shall Commence At Exactly 2:00 P.m. On April 2, 2025 At The Bid And Awards Committee Conference Room. Pre-bid Conference Is Set March 20, 2025 At 2:30 P.m. At The Bids And Awards Committee, Conference Room, Main Building, 2nd Floor, Rizal St. Corner Hilario St. Ligtasan, Tarlac City. Interested Bidders Should Submit Their Duly Accomplished Bid Proposals To The Bac Secretariat Not Later Than 2:00 P.m. On The Date Of Opening Of Bids. Bid Form/s Shall Be Paid Directly To The City Treasurer’s Office. Payment Of Bid Form/s Is Non-refundable. All Other Matters Not Specified Herein Shall Be Governed By Pertinent Provisions Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act”. Government Reserves The Right To Reject Any Or All Bids Waive Minor Defect Contained Herein; And Accept The Offer Most Advantageous To The Government
U S COAST GUARD USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Closing Soon13 Mar 2025
Tender AmountRefer Documents
Description: This Is To Be Awarded Sole Source. 56100_tab_0125_753 item 1: Steering Actuator, Overhaul 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Overhaul The Rotary Vane Steering Actuator Assembly For The Port And Starboard Steering System. 1.2 Government-furnished Property. mti item Description nsn/pn qty estimated Cost
($/unit) n actuator Overhaul Kit nsn: 2530-01-699-0680 pn: Rrm000445315 2 Ea. 24,000 n hydraulic Coupling Kit nsn: 2530-01-699-0654 pn: Rrm000444570 2 Ea. 2,000 2. References coast Guard Drawings coast Guard Drawing 750-wmsl_100_44, Rev K, Unit 3320 Struct - Inner Bottom 2nd Deck Fr 89-98 (asc100332) coast Guard Drawing 750-wmsl-243-003, Rev B, Shipping & Unshipping Of Propulsion Shafting (asc243004) coast Guard Drawing 750-wmsl-556-004, Rev E, Steering Gear Hydraulic Diagram (asc556003) coast Guard Drawing 750-wmsl-556-022, Rev H, Steering Gear And Stern Gate Hydraulic Piping - Unit 3330 (asc556333-hy) coast Guard Drawing 750-wmsl-561-001, Rev D, Steering Gear Foundation (asc561001) coast Guard Drawing 750-wmsl-562-002, Rev C, Rudder (asc562002) coast Guard Drawing 750-wmsl-562-003, Rev D, Rudder Support System (asc562003) coast Guard Publications coast Guard Technical Publication (tp) 7182a, Swbs 561, Jan 2022, Steering Machinery Subsystem – Operation & Maintenance Manual coast Guard Technical Publication (tp) 7193, Swbs 561, Jan 2022, Steering System Operations And Maintenance 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 3041 (sflc Std Spec 3041), 2022, Shipboard Electrical Cable Test surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References international Standard Organization (iso) 4406, 2021, Hydraulic Fluid Power - Fluids - Method For Coding Level Of Contamination By Solid Particles kongsberg Maintenance Manual Dmn000278736, Rev C, Kongsberg Steering Gear Type Sr And Sv mil-std-419, Sept 2021, Cleaning And Protecting Piping Tubing, And Fittings For Hydraulic Power Transmission Equipment 3. Requirements 3.1 General. 3.1.1 Cir. none. 3.1.2 Tech Rep. The Contractor Must Provide The Services Of Tech Reps In Accordance With The Following Subparagraphs. 3.1.2.1 The Contractor Must Provide The Services Of An Oem Authorized/ Licensed Tech Rep For The Kongsberg Steering Actuator To Accomplish The Following On Site: provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system. assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system. perform All Actual Repair Work On The Actuator. 3.1.2.1.1 Ensure The Tech Rep Is An Oem Certified Representative For The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Wmsl Steering System Hydraulic Power Units To Accomplish The Following On Site: advise On Manufacturer's Proprietary System Information. ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system As Applicable. 3.1.2.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2.2 Submit The Name And Résumé Of The Tech Rep To The Cor At The Arrival Conference. 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). 3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000. 3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000. 3.1.3.3 Maintain The Strictest Standards Of Cleanliness In Accordance With Mil-std-419 While Hydraulic System Is Open. Work On The Steering Hydraulics Is Not Permitted While Any Blasting, Grinding, Welding, Etc. Is Being Performed In, Or Adjacent To, The Steering Gear Space. 3.1.3.4 Hatch Opening Must Be Covered And Roped Off To Prevent A Falling Hazard To Personnel When Not In Use. note plastic Bags May Be Used Only When Arrangement Or Configuration Prevents The Use Of The Other Sealing Methods Specified Above. 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: access Plate (berp) Located Above The Port And Starboard Steering Actuator. piping electrical Wires padeye Plate Covers rudder Support Covers hydraulic Oil (approx. 560 Gals.) overhead ventilation Ducts insulation pipe Hangers/brackets note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must, Under The Direction Of The Oem Tech Rep, 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. Perform The Following Inspections. Use Data Sheet No. 1 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr. 3.2.1 Verify That All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion. warning special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System. 3.2.2 Starboard Steering Gear: In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage. 3.2.3 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat. 3.2.4 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test. note the Cutter Is Currently Outfitted With Recessed Padeyes As Located On Cg Drawings 750-wmsl_100_44 And 750-wmsl-243-003 And Are In Place In The Hull Above Each Propeller And Rudder. Padeye Numbers Are 22, 23, 24, And 25 As Identified On Coast Guard Drawing 750-wmsl-243-003. access Covers For The Recessed Padeyes Are Not Required To Be Reinstalled. each Rudder Weighs Approximately 12,000 Lbs. 3.3 Rudder Support. The Contractor Must Ensure The Rudder Has Been Supported In Place To Allow Repairs Of The Steering Actuator Assembly. Coast Guard Divers Will Remove Metal Plate Covers To Access The Recessed Padeyes Above Each Rudder. The Contractor Must Pull Test All Existing Recessed Padeyes To 150% Of Their Maximum Expected Working Load For 10 Minutes. In No Case May A Padeye’s “expected Working Load” (a) Exceed The Tabulated Maximum Working Load For The Padeye’s Size Or (b) Exceed The Structure’s (that Padeye Is Attached To) Ability To Carry The Load. At Conclusion Of The Pull Test, Visually Inspect Each Padeye For Damage. note the Centerline Of The Rudder Post Is Located Forward Of Frame 96, Above The Stern Gate Utility Room And Forward Of An Inaccessible Void. If Additional Padeyes Are Necessary, It May Be Necessary To Clean And Gas Free These Spaces. 3.4 Hydraulic Reservoir Inspection. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis. Label And Retain One Extra Oil Sample From Each System For Back-up Testing If Necessary. Drain All 2135 Th Hydraulic Oil From The Hpu Actuators And Reservoirs (approximately 550 Gallons Total), And Dispose Of In Accordance With All State, Local And Federal Regulations. Provide Cfr With Test Results. For Steering Gear Hydraulic System Details, See Coast Guard Drawings 750-wmsl-556-004 And 750-wmsl-556-022. 3.4.1 Remove Access Covers From Reservoirs And Storage Tanks. Take Samples Of Any Heavy Sludge Or Particulate Matter In The Tanks. Remove All Sludge And Debris And Wipe Down With Lint Free Rags. If Any Metallic Debris (metal Filings, Shavings, Babbitt) Is Present, Notify The Coast Guard Inspector Immediately. 3.4.2 When All Tanks Are Thoroughly Clean, And Just Prior To Closure Ensure All Foreign Objects Have Been Removed (e.g. Rags, Caps, Towels, Plugs). Contractor Must Present These Areas To The Coast Guard Inspector, Then Close In The Presence Of The Coast Guard Inspector. Install New Gaskets. 3.5 Steering Actuator Disassembly And Inspection. The Contractor Must, Under The Direction Of Or Performed By The Oem Tech Rep Support, Overhaul The Starboard Steering Actuators In Accordance With Oem Procedures. Rudder Foundation, Rudder Stock, And Rudder Support System Are Shown On Cg Dwgs 750-wmsl-561-001 And 750-wmsl-562-003. At A Minimum, The Contractor Must Renew The Following Parts: piston Seals hp Seals And Backing Strips lp Seals bearing Shells o-rings 3.5.1 Collect And Dispose Of All Drained Fluids In Accordance With All Federal, State, And Local Regulations. 3.5.2 Prior To Disassembly, Wipe Down The Exterior Of The Actuator Assembly And The General Area Near The Actuator To Remove Dirt And Contaminants. Maintain A Clean Environment When Working Around Open Hydraulic Equipment. 3.5.3 Actuator Internal Inspection. Inspect The Interior Of The Actuators (including, But Not Limited To, The Piston, Piston Dividers, Upper And Lower Housings, Hydraulic Coupling, Rotor, And Rudder Stock) For Any Indications Of Wear Or Damage. Submit A Cfr Documenting The Existing Condition Of The Actuators. 3.5.4 During Final Installation Of The Actuator, Ensure The Rudder And Rudder Stool Are Aligned, And The Actuator And Helm Are Set At 0 Degrees. warning foreign Materials Present A High Risk Of Severe Damage To Steering Gear System. Extra Precautions Are Required To Ensure Cleanliness Of The Hydraulic System. note suction Strainers Are Located Inside The Service Tanks. 3.6 Filters And Strainers, Renew. The Contractor Must Renew The Return, Charge, And Servo Filters On Each Of The Starboard Hpu’s. Close Up Filter Housings And Torque Fasteners In Accordance With Chapter 5.3 Of Cg Tech Pub 7182a. Renew The Suction Strainers And Reservoir Filter Breather On Each Hpu. 3.7 Manifold And Valve Inspection And Testing. The Contractor Must Clean, Inspect And Test The Hydraulic Manifold And Valves (i.e. Control, Relief, And Locking Valves) For The Starboard System. Clean And Visually Inspect All Parts For Defects, Deterioration, Dirt, Scale, Rust, Grease, And Foreign Material. Submit A Cfr. note hydraulic Hoses Life Is 12 Years 3.8 Hose Inspection. The Contractor Must Visually Inspect The Condition Of All Flexible Hoses Identified In Tables 1 And 2 And Submit A Cfr With The Following Information. Hoses That Require Renewal Will Be Subject To A Change Request. hose Physical Condition service Life Dates (date For Required Hose Renewal; If Not Specified, Add 12 Years To Installation Date) table 1 – Stbd Steering Gear (compartment: 2-94-1-e) hose Serial # length (in.) size (in.) part Number fitting #1 fitting #2 test Pressure (psi) sg-f-001 20 1 f20606-16-16-16c-20.00 female Jic female Jic 200 sg-f-002 26 1/2 f20606-8-8-8c-26.00 female Jic female Jic 375 sg-f-003 49 2 2651-32 female Jic male Cpv 5000 sg-f-004 35 2 2651-32 male Cpv male Cpv 5000 sg-f-005 31.5 3/4 f20606-12-12-12c-31.50 female Jic female Jic 200 sg-f-006 43 2 2651-32 male Cpv male Cpv 5000 sg-f-007 43 2 2651-32 male Cpv male Cpv 5000 sg-f-008 26.5 3/4 f2060606-12-12-12c-26.50 female Jic female Jic 200 sg-f-009 32 1/2 f2060606-8-8-8c-32.00 female Jic female Jic 375 table 2 – Port Steering Gear (compartment: 2-94-2-e) hose Serial # length (in.) size (in.) part Number fitting #1 fitting #2 test Pressure (psi) sg-f-011 20 1 f20606-16-16-16c-20.00 female Jic female Jic 200 sg-f-012 26 1/2 f20606-8-8-8c-26.00 female Jic female Jic 375 sg-f-013 31.5 3/4 f20606-12-12-12c-31.50 female Jic female Jic 200 sg-f-014 49 2 2651-32 female Jic male Cpv 5000 sg-f-015 35 2 2651-32 male Cpv male Cpv 5000 sg-f-016 26.5 3/4 f2060606-12-12-12c-26.50 female Jic female Jic 200 sg-f-017 43 2 2651-32 male Cpv male Cpv 5000 sg-f-018 43 2 2651-32 male Cpv male Cpv 5000 sg-f-019 32 1/2 f2060606-8-8-8c-32.00 female Jic female Jic 200 3.9 Hydraulic Oil Refilling. The Contractor Must Refill The Reservoirs With Hydraulic Oil Per Mil-h-17672, Symbol 2135, In Accordance With Cg Tech Pub 7182a. The Contractor Must Filter New Hydraulic Oil In Accordance With Sflc Std Spec 5000, Paragraph C2.1.2 Prior To Entry Into The Cutter’s Tanks Or System. Cleanliness Of Oil Must Be Iso 4406 Cleanliness Code Of 17/14 Or Better. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. if Covered By A Separate Work Item, Final Testing Of The Steering System Is Only Required To Be Performed Once During This Availability. 3.10 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. Use Data Sheet No. 2 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr. 3.10.1 Verify That The Rudders Operate Throughout Their Full Range With No Indications Of Binding And Appear Smooth During Operation. 3.10.2 All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion. 3.10.3 The Contractor Must Perform The Initial Startup Procedures In Accordance With Coast Guard Tp 7182, Paragraph 7-2. Upon Completion, Verify That The Relief Valves Are Properly Set In Accordance With Table 3. table 3 – Relief Valves service Description set Point (psig) pump Main System Relief Valve 1530 ± 25 relief Valve (charge) 217 ± 25 relief Valve (servo) 1450 ± 25 cross-line Relief Valve 1580 ± 25 warning special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System. 3.10.4 Starting With The Starboard Steering Gear, And In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage. 3.10.5 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat. 3.10.6 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test. 3.10.7 The Contractor Must Perform The Internal Leakage Test Per Paragraph 7.10 Of The Kongsberg Maintenance Manual Dmn000278736 For Both Port And Starboard Actuators. Measure The Total Leakage During Each Separate Segment Of Testing (port To Starboard Hard-over, Hard-over Starboard, Starboard To Port Hard-over, And Hard-over Port) And Submit The Results Via Cfr. 3.11 Oil Sample Analysis. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis To Demonstrate Cleanliness Has Been Maintained. Submit A Cfr With The Oil Sample Analysis Report. 3.12 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.) 4.0 Place Of Performance- Cgc James At Naval Station Norfolk Va. naval Station Norfolk 1530 Gilbert Street Suite2000. Norfolk, Va 23511 Attn Cgc James. 5.0 Period Of Performance- 14 Mar 2025 – 17 Mar 25 6.0 Points Of Contact. Uscg-sflc-lre Pl Asset Management: Cwo Matthew Temple, Matthew.temple@uscg.mil, 510-460-8195
Ministry Of Defence Tender
Electrical and Electronics
GEM
India
Closing Date2 Apr 2025
Tender AmountRefer Documents
Description: CATEGORY: 41 H.P KSB make submersible pump set , PVC submersible
copper conductor cable confirming , Bus bar suitable for 41
HP pump , 50 HP fully automatic star delta starter in sheet ,
6 inch dia sluice valve , 6 inch dia N.R Valve , Presure gauge
with cock pit of suitable , Heavy duty class C column pipe 6
inch dia 3mtr , Single phasing preventer Minilec , Supplying
and fitting of water level guard Minilec , 6 inch dia Bend ISI ,
300 Amp 415 Volts heavy duty Kit-Kat , Supplying and lying
of 3 core 25mm , Supplying and lying of 2 X 3 core , 7 or 16
VIR Electrical Copper wire 100 Mtr , Heavy duty motorized
Chain Pulling 7 Ton , Flange rubber washable 6 inch Dia ,
Nut Bolt with washer 15.875 mm x 65 mm , Wire rope Slings
for 7 Ton Load Lift 1 mtr
241-250 of 3279 active Tenders