Valve Tenders

Armoured Vehicles Nigam Limited - AVNL Tender

Goods
Machinery and Tools
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: TRACK D6-6.78, PART. NO: 111206 , STOPPING BLOCK(SHORT) FOR CLAMP(2) -PIN 3X13.5X1, PART. NO: 301066 , STOPPING BLOCK(SHORT) FOR CLAMP{ 1-3-PIN 3X14X255, PART. NO: 301064 , SPINDLE D16-100, PART. NO: 406663 , PRESSURE SPRING, PART. NO: 053060 , LOWER PLATE F-50X3.5X90, PART. NO: 0309 , LOWER PLATE F-50X3.5X90, PART. NO: 030937 , LOWER PLATE, H- 50X3.5X90, PAART. NO: 030912 , UPPER JAW FOR CLAMP/UPPER, PART. NO: 302133 , CABLE CHAIN, PART. NO: 055008 , LOCKING PIN BI-CI-DI FOR INDEX TOOL HOLDER, PART. NO: 111859 , PRESSURE SPRING" 1" , PART. NO: 053045 , LIFT SPRINGS FOR (B/C/BI/CI/BF/CFX12) , PART. NO: 053053 , LIFT SPRINGS FOR (DIX8) , PART. NO: 053068 , LIFTING PIN L= 39/ (B/C/BI/CI/BF/CFX8) , PART. NO: 011921 , GUIDE PIN C-D, PART. NO: 111034 , COUPLING 300NM, PART. NO: P027090 , CYLINDER 40-30, PART. NO: POO1615 , FILTER MAT, PART. NO: S010861 , PRESSURE SPRING, PART. NO: 053043 , ROLLER BEARING STRIP, PART. NO: 050605 , FILTER ELEMENT PNEUMATICS, VALVE TERMINAL, PART. NO: 414295 , VALVE TERMINAL, CPV14, PART. NO: 473325 , VALVE BLOCK CPV14, PART. NO: AX012052
Closing Soon23 Jun 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools
United States
Description: Valve, Solenoid
Closing Date11 Sep 2025
Tender AmountRefer Documents 

BARANGAY SANTIAGO, LAUA AN, SANTIAGO Tender

Machinery and Tools
Corrigendum : Tender Amount Updated
Philippines
Details: Description Bags Portland Cement Cu.m 12mm X 6m Rsb Cu.m 16mm X 6m Rsb Length G.i. Tie Wire Kgs Fined Sand Pcs Gravel G1 Packs 1/2" X 4" X 8" Ordinary Plywood Pcs 2" X 3" X 10" Coco Lumber Pcs 1/2" X 1.2m X 2.1m Marine Plywood Kgs Assorted Nail Pcs 2" Date Valve Rolls 1/2" Dia Teaflon Tape Rolls 3" Dia X 60m Hdpe Sdr Ii Pcs 2: Hdpe Compression Strainght Coupler
Closing Soon23 Jun 2025
Tender AmountPHP 107 K (USD 1.9 K)

Rennes University Hospital Tender

France
Description: Supply of Sterile Medical Devices: Aortic Valves for Percutaneous Implantation (tavi)
Closing Date12 Aug 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
Description: Request For Quote 70z08524q40184b00 quote Due Nlt: 08/12/2024, 12 Pm Est item Required Delivery Date: 09/15/24 naics 332911 this Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. request For Quote Number In Header Applies And Is Used As The Solicitation Number. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, (vendor Must Have An Active Registration In Sam.gov Prior To Award) Which If Timely Received, Shall Be Considered By This Agency. payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov. all Acquisitions Expected To Exceed $10k Can Also Be Found On Sam.gov Under The Same Solicitation/rfq Listed In The Header. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. important**please Read: it Is The Government’s Belief That Only The Oem, Appleton Marine, Inc. And/or Their Authorized Distributors, Can Obtain The Required Technical And Engineering Data And Genuine Oem Parts Required To Successfully Provide These Items. Authorized Distributors Having The Expertise And Required Capabilities To Provide These Items Are Invited To Submit A Quote. If You Submit A Quote For This Solicitation, It Must Include A Letter From The Oem, Verifying Your Company Is An Authorized Appleton Marine, Inc. Distributor. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: vendor Shall Provide: vendor Name: vendor Address: vendor Sam.gov Uei: vendor Phone: vendor Email: no Substitutions Will Be Authorized Without Approval From Uscg Sflc Technical Experts. line Item 1 nsn: 4810 01-f17-5027 description: Valve Assy, Directional Cont mfg Name: Appleton Marine Inc part_nbr: Ymd-12866 quantity: 5 Ea unit Price: ­­­­­­­­­­­­­­­­­­­______________________ total Price (shipping Must Be Included): ________________________ descriptive Data: valve Used On The Sb230-42 Crane. packaging And Marking Requirements: individually Packaged In Accordance With Mil-std-2073-1 E Method 10, Cushioned In A double Layer Of 3/4 In Bubble Wrap And Packed In An Appropriately Sized Astm-d6880 class 2 Heavy Duty Screwed Wooden Box. package Label: item Name part Number nsn qnty: (example 1 Ea) cond-a contract Number / Order Number marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 symbology. poc: Michael Mooney e-mail: Michael.p.mooney1@uscg.mil ph: 571-607-6027 all Items Required Delivery Date: 09/15/2024 if Unable To Meet Required Delivery Date, Please Provide Dd: ________ - No Substitutions. are You Able To Meet Packaging Requirements? Yes ___ No ____ ** Total Cost Shall Have Delivery And Any Freight Charges To Zip Code 21226 Included. ** ** Shipping: Fob Destination Required. ** ship To: Uscg Surface Forces Logistics Center 2401 Hawkins Point Road Receiving Room- Building 88 Baltimore, Md 21226 preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment. all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided. material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations. packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse. all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 8:00 A.m. Est To 1:00 P.m. Est. please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To Gina.m.baran@uscg.mil u.s. Coast Guard Approved Label Should Have The Following: national Stock Number (nsn) item Name part Number purchase Order Number the Words “coast Guard Sflc Material” Condition (a) quantity And Unit Of Issue (i.e) (1-ea) invoicing In Ipp it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information: Cg Contract Number, Vendor’s Invoice Number, Vendor’s Uei, Uei & Tins Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non-po In Ipp). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. Additionally, A Copy Of The Invoice Must Also Be Sent To The Po Issuing Office At: Gina.m.baran@uscg.mil
Closing Date12 Aug 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

United States
Description: Spares Procurement Of Body, Valve platform: B-2 nsn: 4810013193821fw pn: 799648-100 notice Id (pr#) Fd20302402305 dept Of Defense dept Of The Air Force afmc air Force Sustainment Command 423 Scms/gumc north American Industry Classification System (naics) Code: 336413 (other Aircraft Parts And Auxiliary Equipment Manufacturing) sba Size Standard: 1,250 Employees requirement Information: New Manufacture Of B-2 Body Valve place Of Performance: Tinker Afb, Ok 73145 Usa contact Information: dla Aviation At Okc/dlr Procurementoperations dla Aviation/aob Sources Sought: Dlaaviation.aob.sourcessought@us.af.mil interested Sources Must Select “add Me To Interested Vendors” Button Above Or Below To Be Considered Participants In This Market Research Effort. there Is No Solicitation Available At This Time. Requests For A Solicitation Will Not Receive A Response. this Sources Sought Synopsis (sss) Is In Support Of Market Research Being Conducted By The United States Air Force (usaf). This Market Research Is Being Conducted To Increase Competition For This Requirement By Identifying Potential Sources And To Gauge Small Business Interest To Determine Whether Or Not This Requirement Can Be Satisfied With A Small Business Set-aside. the Government Will Use The Information Gathered Through Publication Of This Sss To Determine The Best Acquisition Strategy For This Requirement. The Government Is Interested In All Potential Sources Including Small Businesses, Small Disadvantaged Businesses, 8(a) Businesses, Service-disabled Veteran-owned Small Businesses, Hubzone Small Businesses, Women-owned Small Businesses, Etc. the 423 Scms/gumc Supply Chain Management Squadron Located At Tinker Air Force Base Is Requesting Information, Pursuant To Far Part 10, In Support Of Market Research To Identify Potential Sources For The Spares Procurement Of The Nsn Listed Above/below. requirements: potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s) Listed Below. Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award For The Item(s) Listed Below. potential Sources May Be Responsible For Nonrecurring Engineering Costs Associated With Becoming An Approved Source. estimated Solicitation Information: estimated Solicitation Date: July 2024 estimated Solicitation Closing/response Date: August 2024 pr#: Fd20302402305 item Information: nomenclature/noun: Body, Valve national Stock Number (nsn): 4810013193821fw part Number (p/n): 799648-100 application: B-2 amc/amsc: 4p production Information: p/n Nsn Noun Estimated Requirement 799648-100 4810013193821fw Body, Valve 07ea note: The Oc-alc Source Approval Information Booklet, As Referenced By The Qualification Requirements (qrs), Provides Information Regarding The Purchase Of Drawings. potential Sources Wishing To Be Qualified To Perform The Requirement Specified Above Are Required To Complete A Source Approval Request (sar) Package As Specified In The Qrs For This Item. qrs And Engineering Data List (edl), If Applicable, Are Attached To This Notice. The Qr Attached To This Document Is For Reference Only. The Official Synopsis Of The Qrs For This Item Can Be Found By Searching Https://sam.gov For The Keyword Mqr-psd-1. Changes To The Item List Or Qrs Will Be Published To The Official Solicitation, Not This Notice. government Provided Data Is Annotated On The Edl Attached To This Posting. Absence Of An Edl Indicates The Government Cannot Provide Technical Data And That Potential Sources Are Required To Independently Acquire The Necessary Technical Data To Satisfy This Requirement. if Drawings Are Listed On Edl, Requests For Engineering Drawings In Response To Sss Posting Should Be Submitted Using An Excel Spreadsheet And Send To: tinker Engineering Drawings Public Sales Desk Email: ocalc.lgldo.public@us.af.mil phone: 405-736-4676, Or Dsn: 336-4676 source Approval for Questions Regarding The Tinker Sar Process Or Related Issues, These Inquiries Should Be Submitted To The Afsc Small Business Office At: afsc/sb 3001 Staff Drive, Suite 1ag 85a tinker Afb, Ok 73145-3009 email: Afsc.sb.workflow@us.af.mil website: Https://www.afsc.af.mil/units/sbo/index.asp the Actual Sar Package Submission Itself Shall Be Submitted Electronically Through Dod Safe Https://safe.apps.mil/. Dod Safe Is A Safe And Secure Option For Large File Submissions. If You Have A Pki Certificate, Thesar Can Be Sent Directly To The Poc Email Addresses Below Via Dod Safe. If You Do Not Have A Pki Certificate,then You Must Send A Standard Email Message To The Poc Email Addresses Below, And Ask That They “request Adrop-off” To Your Email Address Via Dod Safe, Which Will Enable You To Be Able To Upload The Sar Submission package Documents To Dod Safe. 429scms.saspo.workflow@us.af.mil And Stacy.cochran@us.af.mil. disclaimer: this Sss Is Issued Solely For Informational And Planning Purposes. It Does Not Constitute A Solicitation (request For Information, Request For Proposal, Or Request For Quotation) Or A Promise To Issue A Solicitation In The Future. the Information In This Notice Is Based On Current Information As Of The Publication Date. The Information In This Notice Is Subject To Change And Is Not Binding To The Government. If Changes Are Made, Updated Information Will Be Provided In Future Notices And Will Be Posted On The Federal Business Opportunities Website At Https://sam.gov. Responses To This Sss May Or May Not Be Returned. Contractors Not Responding To This Sss Will Not Be Precluded From Participation In Any Future Solicitation. estimated Solicitation Information the Government Requests That Interested Parties Respond To This Notice If Applicable And Provide The Requested Information In Part I Below. part I. Business Information please Provide The Following Business Information For Your Company/institution And For Any Teaming Or Joint Venture Partners: • Company/institute Name: • Address: • Point Of Contact: • Cage Code: • Phone Number: • E-mail Address: • Web Page Url: • Size Of Business Pursuant To North American Industry Classification System (naics) Code: • Based On The Above Naics Code, State Whether Your Company Is: • Small Business (yes / No) • Woman Owned Small Business (yes / No) • Small Disadvantaged Business (yes / No) • 8(a) Certified (yes / No) • Hubzone Certified (yes / No) • Veteran Owned Small Business ( (yes / No) • Service Disabled Veteran Small Business (yes / No) • Unique Entity Id (uei) • A Statement As To Whether Your Company Is Domestically Or Foreign Owned (if Foreign, Please Indicate Thecountry Of Ownership). as Stated Above, This Sss Is Issued Solely For Informational And Planning Purposes, And No Funds Are Available Tofund The Information Requested. The Information In This Notice Is Current As Of The Publication Date But Is Subject To Change And Is Not Binding To The Government. Oral Submissions Are Not Acceptable For Any Requested Information. note: Potential Sources Should Only Submit Questions Regarding This Post To The Above Email Address. Do Not Contact The Originator Of This Post With Questions. interested Sources Must Select “add Me To Interested Vendors” Button Above Or Below To Be Considered Participants In This Market Research Effort.
Closing Date23 Jul 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others...+2Civil And Construction, Pipe Line Project
United States
Details: Statement Of Work (sow) uscgc Haddock fire Main Piping Repairs background: damaged Piping On Discharge Side Of Fire Main System. Damage Is Due To Corrosion And Has Created A Small Leak On Piping. Due To Level Of Corrosion A New Section Of Piping Will Need To Be Fabricated And Welded In Place. reference: coast Guard Drawings coast Guard Drawing 87 Wpb 521-001, Rev H, Firemain Piping. coast Guard Publications surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes scope Of Work: task Description: crop And Renew Approximately Three (3) Linear Feet Of 2-1/2” Fire Main Piping And Associated Fittings/flanges From The Discharge Side Of The Fire/bilge Pump To The Flange Of The 2-1/2” Wafer Check Valve. See Elevation 42-e And Firemain Piping Diagram On Sheet 2 Of Coast Guard Drawing 87 Wpb 521-001 For Guidance. requirements: piping Renewals. Using Coast Guard Drawings 87 Wpb 521-001 As Reference, The Contractor Must Perform All Repair Tasks Designated In Task Description. renew Any Valve Label Plate That Is Unreadable, Damaged, Broken, Lost, Etc., As Applicable With The Appropriate Valve Designation As Shown On The Applicable Compartment Check-off List As Designated By The Coast Guard Inspector. hydrostatic Test. After All Authorized Repairs, The Contractor Must Hydrostatically Test All New And Disturbed Welded Piping And Components Of The Seawater Cooling And Firemain System In Accordance With Sflc Std Spec 0740, Appendix C, Hydrostatic Test. Ensure Zero Leakage From Or Permanent Deformation Of Pressure-containing Parts By Repairing All Leaks, Deformations, And Discrepancies. Submit A Cfr. leak Test. After Completing All Authorized Mechanical (i.e. Threaded, Bolted, Etc.) Joint Repairs, The Contractor Must Test The Seawater Cooling And Firemain System's Operation Using The System Fluid At Normal Operating Pressure. Ensure Zero Visible Leakage From Or Deformation Of Mechanical Parts By Repairing All Leaks And Discrepancies. Submit A Cfr. operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr. 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.) all Work Shall Be Accomplished With The Best Standard Practices, And By Workmen Thoroughly Experienced In The Required Trades. The Work Shall Be Supervised By Experienced Personnel And Shall Be Satisfactory To The Engineer Petty Officer. period Of Performance: contractor Shall Complete Repairs And Provide Deliverable Product Within 3 Weeks Of Contract Being Awarded. Approximate Dates To Begin Repair 01jul2024. place Of Performance: piping Has Been Removed By Ship’s Crew. Vendor Will Need To Have Adequate Facilities Or Equipment To Conduct Repairs With Piping Off Cutter. point Of Contact And Cutter Location: cpo Connor Green, 406-399-0209 uscgc Haddock (wpb-87347) 2710 N Harbor Dr san Diego, Ca 92101 phone: 406-399-0209 note: The Uscg/government Reserves The Right To Award On An All Or None Basis That Is The Government May Issue A Purchase Order (po) To The Offeror That Submits The Lowest Aggregate Price Rather Than Issue A Purchase Order To Each Offeror Based On The Lowest Quotation On Each Item. as Stated Below, The Provision At Far 52,212-2, Evaluation-commercial Items-applies With The Following Addenda: award Of A Contract Will Be Based On The Following Criteria: The Purchase Order Will Be Awarded As A Firm Fixed Price Contract Using Simplified Acquisition Procedures In Accordance With Far Part 13.5. 1. Please Provide Any Warranty Information. 2. Vendors Must Be Registered In Www.sam.gov the Uscg/government Intends To Award A Purchase Order Resulting From This Synopsis/solicitation To The Responsible Contractor Whose Quote Conformed To The Solicitation Which Will Be Most Advantageous And The Best Value To The Government, Price And Other Factors Considered. please Note: Interested Offerors Having The Expertise As Required Are Invited To Submit A Firm Fixed Price Quotation That Will Be Considered By The Agency. Quotations Must Be Submitted On Company Letterhead Stationery And Must Include The Following Information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered For Prompt Payment, (7) Company Unique Entity Id (uei) And Cage Code.. quotes Must Be Received No Later Than Thursday, June 27, 2024 At 09:00 A.m. Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent To Timothy Ford At Email Address – Timothy.s.ford@uscg.mil And Carbon Copy Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil . any Questions Or Concerns Regarding Any Aspect Of The Rfq Must Be Forwarded To The Contracting Officer, Cwo3 Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil And Carbon Copy Timothy Ford At Email Address Timothy.s.ford@uscg.mil . the Following Far Clauses And Provisions Apply To This Acquisition: far 52.212-1 - Instructions To Offerors - Commercial Items (oct 2018) far 52.212-2 - Evaluation - Commercial Items (oct 2014) Award Will Be Made To The Offeror Proposing The Best Value To The Government Considering Specification, Price, Past Performance And Quality. far 52.212-3 - Offeror Representations And Certifications - Commercial Items (oct 2018) To Include Alt I (oct 2014). Offeror Is To Complete The Annual Representations And Certification Electronically Via The System For Award Management (sam) Web Site Accessed Through Http://www.sam.gov . far 52.212-4 - Contract Terms And Conditions -commercial Items (oct 2018) With The Following Addenda's. far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (jan 2019) the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.252-2 - Clauses Incorporated By Reference (feb 1998), The Full Text Of The Clause May Be Accessed Electronically At Internet Address Http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (duns) Number Is The Primary Identifier In Far 52.204-7 - System For Award Management (oct 2018). contractors Are Located And Identified In Sam By Their Uei Number. To Facilitate Payment Via Electronic Funds Transfer - Sam, Contractors Should Be Registered In Sam. A Uei Number Can Be Obtained Via Www.dnb.com And Sam Registration Can Be Obtained Via Www.sam.gov. the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.222-3 - Convict Labor (jun 2003) far 52.222-19 - Child Labor Cooperation With Authorities And Remedies ((jan2020) (e.o.13126). far 52.222-21 - Prohibition Of Segregated Facilities (apr 2015) far 52.222-26 - Equal Opportunity (sep 2016) far 52.222-35 - Equal Opportunity For Veterans (jun 2020) (38u.s.c.4212). far 52.222-36 - Equal Opportunity For Workers With Disabilities (jun 2020) (29u.s.c.793). far 52.222-37 - Employment Reports On Veterans (jun 2020) (38u.s.c.4212). far 52.222-50 - Combating Trafficking In Persons (oct 2020) (22u.s.c.chapter78 And E.o. 13627). far 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) far 52.225-1 - Buy American Supplies (jan2021) (41u.s.c.chapter83). (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).far 52.232-33 - Payment By Electronic Funds Transfer - Systems For Award Management (oct 2018) far 52.233-3 - Protest After Award (aug 1996) far 52.233-4 - Applicable Law For Breach Of Contract Claim (oct 2004) *the Above/following Clauses Are Incorporated By Reference, Entire Clause(s) Available At Http://www.arnet.gov/far. notice To Offerors Concerning Representations And Certifications: this Solicitation Contains Far Clause 52.204-7, Central Contractor Registration And Far Provision 52.204-8, Annual Representations And Certifications. In Accordance With Far 4.1201 (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications Sam Accessed Via Https://www.acquisition.gov. Please Ensure Completion Prior To Submission Of Your Quote. Also Note That Paragraph (b) Of Far 52,204-8 Applies.
Closing Soon27 Jun 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation Or A Request For Quotation (rfq) And No Contract Or Purchase Order Will Be Awarded From This Notice. There Is No Solicitation, Specifications Or Drawings Available At This Time. military Sealift Command (msc) Is Seeking Eligible Businesses For The Regular Overhaul And Dry Docking (roh/dd) Of The Usns Kanawha (t-ao 196) Commencing On Or About 15 March 2025 For A Period Of One Hundred One (101) Calendar Days. The Usns Kanawha Has An Overall Length Of 677 Ft 6 In, A Beam Of 97 Ft 6 In And A Draft Of 36ft. Work Is To Be Performed At The Contractor’s Facility On Or About The Above-mentioned Dates. Area Of Consideration Is East/gulf Coast. The Estimated Issue Date Of The Solicitation Is On Or About 15 August 2024. major Work Items Associated With This Availability Include: General Services For Ship, Clean And Gas Free Tanks, Voids, Weather Deck Non Skid Renewal, Tao187-csi-tank Deck Overhead Preservation, Tank Repairs From Abs Inspections, Cargo Tank Preservation, Tao187-swi-clean And Gas Free Tanks Voids Cofferdams And Spaces (single Hull Only), Ssdg Engine Service - Bergen (80k Hrs) (scsi), Replace Afff Weather Deck Piping - Zone 3, Heavy Oil Equipment Removal (talt 0852), Lifeboat And Davit Service And Inspection (5 Yr) (ccsi), Drydocking And Undocking The Vessel (2.5 Yr) (ccsi), Propeller Maintenance And Hub Replacement, Overhauling Sea Valves (5 Yr) (ccsi), Underwater Hull Cleaning And Painting - Spot Blast (5 Yr) (ccsi), Freeboard Preservation (2.5 Yr) (ccsi), Unrep Station No 6 Steel Repairs, Hp Air Flask Inspection And Preservation (15 Yr) (csi) after Issuance, Solicitation And Supporting Documents Will Be Made Available On The Sam Website Https://www.sam.gov, As Well As The Piee Module. All Small Businesses, Service-disabled Veteran-owned Small Businesses, Certified Hubzone And Certified 8(a) Small Businesses Are Encouraged To Respond. The Government Will Determine Whether A Set-aside Acquisition In Lieu Of Full And Open Competition Is In The Government’s Best Interest. This Office Anticipates Award Of A Contract On Or About 14 January 2025. The Appropriate Naics Code Is 336611. This Is A Market Research Tool Used To Determine The Availability And Adequacy Of Potential Small Business Sources Prior To Determining The Method Of Acquisition And Issuance Of An Award. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Sources Sought. It Is Requested That Interested Businesses Submit To The Contracting Office A Brief Capabilities Package Demonstrating Ability To Provide The Requested Items. This Document Shall Provide At A Minimum The Following: company Profile To Include Number Of Employees, Office Location(s), Duns Number, Cage Code And A Statement Regarding Small Business Designation the Facility Where The Work Will Be Performed partnership, Teaming, Joint-ventures Or Mentor Agreements With Any Large Businesses. submission Of A Capabilities Statement Is Not A Prerequisite To Any Future Offerings But Participation Will Assist The Government In Tailoring The Requirement To Be Consistent With Industry. responses Are Due No Later Than 05 July 2024 At 4:00 Pm Eastern Standard Time. Responses Shall Be Sent Via Email Directly To Marcin.krauze.civ@us.navy.mil. Mailed Submissions Of The Capabilities Package Will Not Be Accepted.
Closing Date5 Jul 2025
Tender AmountRefer Documents 

Company Of Agrarian Transformation S A , S M E , M P , TRAGSA Tender

Civil And Construction...+1Others
Spain
Description: Contracting of the supply of straight-through globe-type regulating valves actuated by an electric actuator financed with EAFRD funds for the Valdurrios pipeline project and electrification of the pumping stations in the irrigation zone of Sector Viiii of Monegros Ii (bujaraloz and Peñalba)
Closing Date6 Apr 2026
Tender AmountEUR 407.8 K (USD 471.4 K)

Company Of Agrarian Transformation S A , S M E , M P , TRAGSA Tender

Civil And Construction...+3Others, Construction Material, Machinery and Tools
Spain
Description: Supply of ball valves, sleeves, plugs, pressure gauges and padlocks for various works in the province of León, within the framework of the Recovery, Transformation and Resilience Plan financed by the European Union - Nextgenerationeu, to be awarded by simplified open procedure.
Closing Date6 Feb 2026
Tender AmountEUR 198.8 K (USD 229.9 K)
2931-2940 of 3023 active Tenders