Valve Tenders

Valve Tenders

Northern Railway - NR Tender

Goods
Machinery and Tools
Ireps
India
Closing Date21 Apr 2025
Tender AmountINR 1.2 Million (USD 14 K)
This is an estimated amount, exact amount may vary.
Description: Overhauling Kit Of Operating Valve R-12 Six Port Consisting Of 20 Items Qty.40 No.in A Set As Per Electromech Part No. Em/30/pcws/pt-1 As Per Attached Annexure-i Or Its Equivalent

Munitions India Limited - MIL Tender

Goods
Machinery and Tools...+1Automobiles and Auto Parts
GEM
Corrigendum : Closing Date Modified
India
Closing Soon17 Mar 2025
Tender AmountRefer Documents 
Description: CATEGORY: VALVE SEAT , STOP PLATE , INLET VALVE ASSEMBLY , OIL FILTER , ELEMENT FILTER , GASKET SET , discharge valve assembly , UN LOADER ASSEMBLY

Eastern Railway - ER Tender

Goods
Machinery and Tools
Ireps
India
Closing Date24 Mar 2025
Tender AmountINR 500 K (USD 5.7 K)
This is an estimated amount, exact amount may vary.
Description: Kit Of Spares For Isolating Valve Switch

Eastern Railway - ER Tender

Goods
Machinery and Tools...+1Automobiles and Auto Parts
Ireps
India
Closing Date26 Mar 2025
Tender AmountINR 500 K (USD 5.7 K)
This is an estimated amount, exact amount may vary.
Description: Front Contact Assembly (self Lapping) For Ep Brake Valve For Wsf Type Ep Brake Controller Type Ed-6 Of Emus To M/s. Wsf Part No.a 88566/3.

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Date1 Nov 2025
Tender AmountRefer Documents 
Details: Please Note – Nsns May Be Added To Any Subsequent Contract Per The Scope Of This Action. This Action’s Scope Is Listed Below. A Current Program Nsn Listing Is Attached To This Announcement. this Annoucement Is Linked To The Project's Sources Sought. The Sources Sought Contains Additional Program Information And A Market Survey Questionnaire. Please Feel Free To Review The Sources Sought And Provide A Response To The Market Survery Questionnaire. Please Provide Any Market Survey Responses Or Questions To Bret Griffin (bret.griffin@dla.mil) Or Robert Harris (robert.harris@dla.mil). the Jltvci Successor Project Will Be A 5 Year Multiple Award Contract(s) (mac) Supporting A Broad Range Of Joint Light Tactical Vehicles (jltv). The Proposed Contract Will Have An Ordering Period Of A Two-year Base Period, And Three (3) One-year Option Periods, Totaling Five (5) Potential Contract Years. Individual Orders Will Be Used To Supply The Items Within Scope Of This Contract. scope the Scope Of This Joint Light Tactical Vehicle Competitive Initiative (jltvci) Contract Includes Any Fully Competitive And/or Limited Source(s) Dod Or Dla Managed Product, Used By The Dod Or The Federal Government To Produce, Repair Or Replace Any Item, Or System, Used On These Joint Light Tactical Vehicles. The Weapon System Designator Codes (wsdcs) Within The Scope Of This Contract Include, But Are Not Limited To: Army J8a, And The Following Marine Wsdcs: O0m United States Marine Corps (usmc) General Purpose Truck, O1m Usmc Heavy Guns Carrier, O2m Usmc Close Combat Weapons Carrier, And O3m Usmc Truck Utility. The Federal Supply Classes (fsc) Covering These Items Include, But Are Not Limited To: 2010 Ship And Boat Propulsion Components 2510 Vehicular Cab, Body, And Frame Structural Components 2520 Vehicular Power Transmission Components 2530 Vehicular Brake, Steering, Axle, Wheel, And Track Components 2540 Vehicular Furniture And Accessories 2541 Weapons Systems Specific Vehicular Accessories 2590 Miscellaneous Vehicular Components 2805 Gasoline Reciprocating Engines 2815 Diesel Engines And Components 2910 Engine Fuel System Components, Nonaircraft 2920 Engine Electrical System Components, Nonaircraft 2930 Engine Cooling System Components, Nonaircraft 2940 Engine Air And Oil Filters, Strainers, And Cleaners, Nonaircraft 2990 Miscellaneous Engine Accessories, Nonaircraft 3020 Gears, Pulleys, Sprockets, And Transmission Chain 3030 Belting, Drive Belts, Fan Belts, And Accessories 3040 Miscellaneous Power Transmission Equipment 3110 Bearings, Antifriction, Unmounted 3120 Bearings, Plain, Unmounted 3950 Winches, Hoists, Cranes, And Derricks 3990 Miscellaneous Materials Handling Equipment 4010 Chain And Wire Rope 4130 Refrigeration And Air Conditioning Components 4210 Firefighting Equipment 4320 Power And Hand Pumps 4330 Centrifugals, Separators, And Pressure And Vacuum Filters 4710 Pipe, Tube And Rigid Tubing 4720 Hose And Flexible Tubing 4730 Hose, Pipe, Tube, Lubrication, And Railing Fittings 4810 Valves, Powered 4820 Valves, Nonpowered 4910 Motor Vehicle Maintenance And Repair Shop Specialized Equipment 5315 Nails, Machine Keys, And Pins 5325 Fastening Devices 5330 Packing And Gasket Materials 5340 Hardware, Commercial 5342 Hardware, Weapon System 5355 Knobs And Pointers 5365 Bushings, Rings, Shims, And Spacers 5430 Storage Tanks 5895 Miscellaneous Communication Equipment 5905 Resistor 5925 Circuit Breakers 5930 Switches 5935 Connectors, Electrical 5963 Electronic Modules 5970 Electrical Insulators And Insulating Materials 5985 Antennas, Waveguides, And Related Equipment 5995 Cable, Cord, And Wire Assemblies: Communication Equipment 5998 Electrical And Electronic Assemblies, Boards, Cards, And Associated Hardware 5999 Miscellaneous Electrical And Electronic Components 6150 Miscellaneous Electric Power And Distribution Equipment 6220 Electric Vehicular Lights And Fixtures 6350 Miscellaneous Alarm, Signal, And Security Detection Systems 6620 Engine Instruments 6625 Electrical And Electronic Properties Measuring And Testing Instruments 6650 Optical Instruments, Test Equipment, Components And Accessories 6680 Liquid And Gas Flow, Liquid Level, And Mechanical Motion Measuring Instruments 6685 Pressure, Temperature, And Humidity Measuring And Controlling Instruments 6695 Combination And Miscellaneous Instruments 7690 Miscellaneous Printed Matter 8145 Specialized Shipping And Storage Containers the Project Currently Contains 7210 Nsns That May Be Ordered During The Period Of Performance. items Are Continuously Being Cleared Technically, And Having Nsn Numbers Assigned To Them, So The List Of 7210 Potential Nsns Is Not The Entire List That May Be Added To This Procurement But Are Nsns That Are Known At This Time. all Items Within The Scope Of The Solicitation Will Be Considered On The Contract And May Be Ordered During The Period Of Performance. nsns Within The Scope May Be Added To This Initiative Or Any Resulting Contract At A Later Date. The Solicitation Will Include Dlad Procurement Note L27 – Addition And Deletion Of Items To Facilitate The Addition Of Any Future Nsns To This Initiative Or Any Resulting Contract(s). this Solicitation May Be The Only Planned Opportunity That A Contractor Will Have To Submit A Proposal For Nsns That Fall Within The Scope Of This Solicitation. all Responsible Sources May Submit An Offer/quote Which Shall Be Considered. one Or More Of The Items Under This Acquisition May Be Subject To An Agreement On Government Procurement Approved And Implemented In The United States By The Trade Agreements Act Of 1979. All Offers Shall Be In The English Language And In U.s. Dollars. All Interested Suppliers May Submit An Offer. the Solicitation Will Be Available On Dla’s Internet Bid Site (https://www.dibbs.bsm.dla.mil/rfp/) On Its Issue Date On Or About September 2, 2025. the Small Business Size Standard Is _1000__ Employees. drawings/specifications For Some Nsns Will Be Available Through The Dibbs Solicitation Link In The Synopsis On The Solicitation Issue Date. specifications, Plans Or Drawings Are Not Available Are Not Avaialable For All Nsns. the Total Duration Of This Action Shall Not Exceed 5 Years. while Price May Be A Significant Factor In The Evaluation Of Offers, The Final Award Decision Will Be Based Upon A Combination Of Price, Delivery, Past Performance, And Other Evaluation Factors As Described In The Solicitation.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon14 Mar 2025
Tender AmountRefer Documents 
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| 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 0001aa|2|347|clin 0001ab |2|347|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|tbd|w25g1u Qty 2; W62g2t Qty 2 |tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Equal Opportunity (sep 2016)|2||| 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.||||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| 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 (jan 2025)|13|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation 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 Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue Contractual Documents As Detailed Herein. 4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.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. 6.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. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,linear,direct . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,linear,direct Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 21140-001; 3.2 Marking - This Item Shall Be Physically Identified In Accordance With ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And Approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The Substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: Code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. Code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. Code 3: Part Not Furnished Separately - Use Assembly. Code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. Code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. Code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material Will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The Contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting Officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of Contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are Located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A Polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The Requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A Component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface Ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. E. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navsup-wss Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: Commanding Officer Navsup-wss Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Commanding Officer Navsup-wss Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of This Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information Contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: A... Approved For Public Release; Distribution Is Unlimited. B... Distribution Authorized To Us Governments Agencies Only. C... Distribution Authorized To Us Government Agencies And Their Contractors. D... Distribution Authorized To Dod And Dod Contractors Only. E... Distribution Authorized To Dod Components Only. F... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. X... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Closing Date25 Mar 2025
Tender AmountRefer Documents 
Details: The Contractor Shall Furnish All Labor, Tools, Materials, And Equipment To Renovate Patient Short Stay Clinic. Work Includes, But Is Not Limited To, The Following: renovation Of Existing Patient Rooms, Specialty Procedure Rooms, Staff Areas, Storage Rooms, And Locker Rooms. Upgrading Physical Security Systems. Installation Of New Air Handler Unit, Air Terminal Unit Boxes, Ductwork, And Diffusers, And Control Valves. Testing, Adjusting, And Balancing Of The Entire Hvac, Data, And Water System, Including Air Handling Unit, Supply, Return, And Exhaust Systems.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon17 Mar 2025
Tender AmountRefer Documents 
Details: 06 March 2025: Rfc Answers 01-14 Are Posted. _______________________ 05 March 2025: Rfc Answers 01-13 Are Posted. _________________________ 05 March 2025: Purpose: The Purpose Of This Amendment Is To Update Attachment J-1 Statement Of Work As Of 05 March 2025. ____________________________________ 26 February 2025: Updating The Extended Proposal Submission Date In The Posting. ___________________________ 25 February 2025 Amendment 0002: The Purpose Of This Amendment Is To Update The Period Of Performance From 2 June 2025 To 26 September 2025 To 16 June 2025 To 10 October 2025. The Proposal Due Date And Time Is Extended To 17 March 2025. Additionally, Rfc Answers 01-11 Are Posted. _____________________ 24 February 2025 Amendment 0001: The Purpose Of This Amendment Is To Correct The Delivery Schedule And Update The Attachment J-1 Statement Of Work As Of 21 February 2025. Additionally, Rfc Answers 01-09 Are Posted. ______________________ the Regional Maintenance Center At Puget Sound Naval Shipyard And Intermediate Maintenance Facility (psns And Imf), Bremerton, Washington Intends To Award A Stand-alone Firm-fixed-price Contract To Accomplish Maintenance, Repair, And Preservation Of One (1) Harbor Tug, Manhattan (yt-800). the Yt-800 Characteristics Are 109 Ft Length, 31 Ft Width, 14 Ft Draft, 356 L Tons Displacement, 283 L Tons Light Load, 60 Years Of Age, And Hull Material Is Steel. The Contractors Facility Must Possess The Capability Of Accommodating One (1) Harbor Tug, Manhattan (yt-800) With The Dimensions As Stated Above. To Facilitate Proper Government Oversight, The Facility Shall Be Located In The Puget Sound, Wa Region. For This Procurement, The Puget Sound, Wa Region Is Defined As The West Coast Of The Continental Us, Starting From Olympia, Wa And Extending Northward To Bellingham, Wa. scope Overview: Coordinate With The Contracting Officer, Via The Contracting Officers Representative (cor) To Deliver The Vessel To The Contractors Facility. Upon Docking Vessel, Wash, Clean, And Perform Hull Maintenance Work To The Vessel. Blast And/or Preserve The Hull And Various Locations. Perform Visual And Ultrasonic Inspections Throughout The Vessel. Perform Various Electrical, Electronic, Mechanical, Plumbing, And Piping System Repair Tasks. Accomplish Engine, Generator, And Schottel Propulsion Maintenance And Repair Work. Accomplish Alteration Yt 800-0100d. Alterations To Include The Following Items: New Generator Set Foundations, Deck Plate Modifications, New Duplex Filter Foundations, Modify Electrical Distribution System, Ic (interior Communications) Alarm System Alterations, Replace Piping And Valves For The Fuel Oil And Engine Cooling Water. Replace All Fendering Hardware. All Work Will Be Accomplished At Contractor?s Facilities. See Paragraph 4.0 For Government Furnished Material (gfm). Undock The Vessel. Arrange And Coordinate The Delivery Of The Vessel Back To The Government With The Contracting Officer Via The Cor. the Vessel Availability Is Scheduled To Be 02 June 2025 To 26 September 2025. this Is A 100% Small Business Set-aside Under The North American Industry Classification System (naics) 336611, Size Standard 1,300 Employees. All Offerors Must Be Registered With The System For Award Management (sam) To Receive Award Of Government Contracts. Offerors Are Advised Also That Sam Representations And Certifications Can Be Completed Electronically Via The System For Award Management Website At Https://www.sam.gov.

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Closing Date29 Oct 2025
Tender AmountRefer Documents 
Description: Intent To Sole Source Leslie Valves

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools
United States
Closing Date16 Dec 2025
Tender AmountUSD 74.6 K 
This is an estimated amount, exact amount may vary.
Description: The Defense Logistics Agency (dla) Maritime Norfolk At Norfolk Naval Shipyard (nnsy) Intends To Award A Firm Fixed Price (ffp) Single Award Contract With Lowest Price Technically Acceptable (lpta) Evaluation Factors For The Item Listed Below. The Required Item Is For Commercial Items Prepared In Accordance With The Information In Far Part 13 And Far Subpart 12.6, As Supplemented With The Additional Information Included In This Notice. the Contract Line Items (clins) Are As Follows: p-250 Modular Hydraulic Test Bench Quantity: 1 U/i: Ea manufacturer: Uniflex mfr Model: P-250 C.2 Ipc Paket Hose Assembly Test Bench Special Package electrical Data: 230v-60hz working Range: Up To Dn 76 test Pressure 150 To 1.500 Bar savety Valve c.2 Ipc drive: Pneumatic Pressure Intensifier steck-o Adapter em-co 18 the Requirement Will Be Solicited As A Total Small Business Set Aside. Brand Name Only. The Naics Code Applicable To This Procurement Is 332912, Fluid Power Valve And Hose Fitting Manufacturing With A Size Standard Of 1,000 Employees. The Product Service Code Is 4940. the Anticipated Delivery Date For This Acquisition Is 30 Days After Contract Award. The Solicitation, Any Documents Related To This Procurement, And All Amendments Issued Will Be In Electronic Form Only. the Solicitation Number Is Spmym125q0025 And It Is Expected To Be Available On Or About 11 December 2024 And Posted To Sam.gov, Https://sam.gov/ Quotes Will Be Due By 5:00 Pm Est On 16 December 2024. Responses To The Solicitation Notice Shall Be Emailed To The Attention Of Monica Richardson As Monica.richardson@dla.mil Please Make Sure That The Solicitation Number (spmym125q0025) Is Included In The Subject Line Of Any Email Correspondence. Emails Without Subject Lines Will Not Be Read Because Of Security Issues. potential Offerors Are Hereby Notified That The Solicitation And Any Subsequent Amendments Will Only Be Available By Downloading The Documents At Www.sam.gov (contracting Opportunities). The Government Is Not Responsible For Inability Of The Offeror's To Access Solicitation Documents Posted. Prospective Offeror's Should Also Register On The Interested Vendor List Under Spmym125q0025. No Telephone Or Fax Requests Will Be Accepted, And No Hardcopy Solicitation/amendment Will Be Mailed Or Faxed. all Responsible Sources May Submit A Proposal Which May Be Considered By The Government. By Submitting A Quote, The Offeror Will Be Self-certifying That Neither The Principal Corporate Officials Nor Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency. Failure To Do So May Represent Grounds For Refusing To Accept The Proposal. By Submission Of A Proposal, The Offeror Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation, Except For Awards To Foreign Vendors For Work To Be Performed Outside The United States. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220, Or Via The Internet At Https://www.sam.gov. All Questions Shall Be Submitted In Accordance With The Solicitation, Dates And Procedures. Please Direct All Questions Regarding This Requirement To Monica Richardson At Monica.richardson@dla.mil.
3021-3030 of 3237 active Tenders