Valve Tenders

Valve Tenders

N V Nederlandse Gasunie Tender

Netherlands
Description: Globe Valves
Closing DateNA
Tender AmountRefer Documents 

Uisce Ireann Tender

Others
Ireland
Description: 22/021 Valves For Water And Wastewater Services
Closing Date8 Jun 2027
Tender AmountRefer Documents 

Uisce Ireann Tender

Ireland
Description: 22/020 - Air Valves For Water And Wastewater Services
Closing Date3 Jun 2027
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n743.43|wve|717-605-3992|noelle.m.smith10.civ@us.navy.mil| item Unique Identification And Valuation (mar 2022)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Section C| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| general Information-fob-destination|1|b| repair Delivery (firm Fixed Price)|1|220| wide Area Workflow Payment Instructions (dec 2018)|16|material - Invoice & Receiving Report (combo) Certifications - Stand-alone Receiving Report |material - Inspection & Acceptance At Source Certifications - Inspection At Destination & Acceptance At Other |tbd|n00104|tbd|certifications - N39040; Material -s4306a|n50286|tbd|133.2|n/a|n/a|certifications - N39040|n/a|n/a|see Dd Form 1423|port_ptnh_wawf_notification@navy.mil| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| firm Fixed Price Repair Purchase Orders|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From The Date Of Delivery |one Year From The Date Of Delivery||||| warranty Of Data--basic (mar 2014)|2||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| annual Representations And Certifications (jan 2022)|13|336612|1000|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation Criteria And Basis For Award-|1|| the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 25 March 2025. \ the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 25 March 2025. the Small Business Set Aside Is Dissolved. the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 30 December 2024. \ the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm Est On 18 December 2024. the Poc Has Changed To Noelle.m.smith10.civ@us.navy.mil 1. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 2. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "do" Rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). See 52.211-14, Notice Of Priority Rating For National Defense, Emergency preparedness, And Energy Program Use. 3. Vendors Submitting Quality Manuals Shall Submit Them To Jill.sabol@navy.mil Instead Of 0243.qamanual@navy.mil. Per Wsstermlz02, Offerors Are Cautioned That This Procurement Will Not Be Delayed Solely For Approving Additional Sources. Dd 1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 4. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers Iaw Far 13.106. See Clauses Dfars 252.213-7000 And Navsup Wss Term Wsstermmz01. 5. 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. 6. Please Quote A Firm Fixed Price For The Full Repair Of The Item. This Includes The Teardown, Evaluation, Inspection And Full Repair Of The Item To "like New" Or "a" Condition. 7. A Cost Of New Price Shall Also Be Provided In Addition To The Repair Price. 8. Do Not Include The Cost For Shipping Material As The Government Implemented Shipping System Or Atac Will Be Shipping/delivering Material. 9. The Vendor Is Required To Comply With The Commercial Asset Visibility (cav) Of The Asset(s) In This Purchase Order In Accordance With Navsupwssfa24. 10. Submission Of All Dd Form 1423 Certification Data (cdrls) Will Be On Or Before 20 Days Prior To Delivery. Pnsy Review/acceptance Of Cdrls Shall Be 6 Working Days After Receipt Of Cdrls. Final Delivery Of Material Will Be On Or Before 220 Days After The effective Date Of The Contract. \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.3 Specification Revisions - The Specification Revisions Listed Under "docu Ments References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.3.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. drawing Data=cpg1022 |96169| F| |d|0001 | F|49998|0030132 drawing Data=cpg1022 |96169| F| |d|0002 | F|49998|0021064 drawing Data=cpg1022 |96169| F| |d|0003 | F|49998|0022286 drawing Data=cpg1022 |96169| F| |d|0004 | F|49998|0021419 drawing Data=cpg1022 |96169| F| |d|0005 | F|49998|0022582 drawing Data=cpg1022 |96169| F| |d|0006 | F|49998|0019811 drawing Data=cpg1022 |96169| F| |d|0007 | F|49998|0022652 drawing Data=cpg1022 |96169| F| |d|0008 | F|49998|0011258 drawing Data=cpg1022 |96169| F| |d|0009 | F|49998|0023824 drawing Data=cpg1022 |96169| F| |d|0010 | F|49998|0020856 drawing Data=cpg1022 |96169| F| |d|0011 | F|49998|0014477 drawing Data=cpg1022 |96169| F| |d|0012 | F|49998|0008560 drawing Data=cpg1022 |96169| F| |d|0013 | F|49998|0018011 drawing Data=cpg1022 |96169| F| |d|0014 | F|49998|0025103 drawing Data=cpg1022 |96169| F| |d|0015 | F|49998|0023546 drawing Data=cpg1022 |96169| F| |d|0016 | F|49998|0020347 drawing Data=cpg1022 |96169| F| |d|0017 | F|49998|0025199 drawing Data=cpg1022 |96169| F| |d|0018 | F|49998|0045572 drawing Data=cpg1022 |96169| F| |d|0019 | F|49998|0040276 drawing Data=cpg1022 |96169| F| |d|0020 | F|49998|0039212 drawing Data=cpg1022 |96169| F| |d|0021 | F|49998|0030139 drawing Data=cpg1022 |96169| F| |d|0022 | F|49998|0037282 drawing Data=cpg1022 |96169| F| |d|0023 | F|49998|0033419 drawing Data=cpg1022 |96169| F| |d|0024 | F|49998|0046612 drawing Data=cpg1022 |96169| F| |d|0025 | F|49998|0042207 drawing Data=cpg1022 |96169| F| |d|0026 | F|49998|0045002 drawing Data=cpg1022 |96169| F| |d|0027 | F|49998|0009713 drawing Data=cpg1022 |96169| F| |d|0028 | F|49998|0046354 drawing Data=cpg1022 |96169| F| |d|0029 | F|49998|0005500 drawing Data=cpg1022 |96169| F| |d|0030 | F|49998|0016659 drawing Data=cpg1022 |96169| F| |d|0031 | F|49998|0041132 drawing Data=cpg1022 |96169| F| |d|0032 | F|49998|0014803 drawing Data=cpg1022 |96169| F| |d|0033 | F|49998|0013312 drawing Data=cpg1022 |96169| F| |d|0034 | F|49998|0030085 drawing Data=cpg1022 |96169| F| |d|0035 | F|49998|0031585 drawing Data=cpg1022 |96169| F| |d|0036 | F|49998|0031527 drawing Data=cpg1022 |96169| F| |d|0037 | F|49998|0012406 drawing Data=cpg1022 |96169| F| |d|0038 | F|49998|0046896 drawing Data=cpg1022 |96169| F| |d|0039 | F|49998|0010039 drawing Data=cpg1022 |96169| F| |d|0040 | F|49998|0056377 drawing Data=cpg1022 |96169| F| |d|0041 | F|49998|0005432 drawing Data=cpg1022 |96169| F| |d|0042 | F|49998|0048047 drawing Data=cpg1022 |96169| F| |d|0043 | F|49998|0052300 drawing Data=cpg1022 |96169| F| |d|0044 | F|49998|0024276 drawing Data=cpg1022 |96169| F| |d|0045 | F|49998|0034480 drawing Data=cpg1022 |96169| F| |d|0046 | F|49998|0026803 drawing Data=cpg1022 |96169| F| |d|0047 | F|49998|0012965 drawing Data=cpg1022 |96169| F| |d|0048 | F|49998|0013581 drawing Data=cpg1022 |96169| F| |d|0049 | F|49998|0010520 drawing Data=cpg1022 |96169| F| |d|0050 | F|49998|0010755 drawing Data=cpg1022 |96169| F| |d|0051 | F|49998|0018605 drawing Data=cpg1022 |96169| F| |d|0052 | F|49998|0009701 drawing Data=cpg1022 |96169| F| |d|0053 | F|49998|0024802 drawing Data=cpg1022 |96169| F| |d|0054 | F|49998|0032131 drawing Data=cpg1022 |96169| F| |d|0055 | F|49998|0014331 drawing Data=cpg1022 |96169| F| |d|0056 | F|49998|0010587 drawing Data=cpg1022 |96169| F| |d|0057 | F|49998|0015026 drawing Data=cpg1022-1 |96169| D| |d|0000.a | D|49998|0074948 drawing Data=cpg1022-1 |96169| D| |d|0000.b | C|49998|0129832 drawing Data=cpg1022-1 |96169| D| |d|0000.c | D|49998|0016731 drawing Data=cpg1022-1 |96169| D| |d|0001 | D|49998|0095662 drawing Data=cpg1022-1 |96169| D| |d|0002 | C|49998|0048488 drawing Data=cpg1022-1 |96169| D| |d|0003 | C|49998|0049407 drawing Data=cpg1022-1 |96169| D| |d|0004 | D|49998|0061828 drawing Data=cpg1022-1 |96169| D| |d|0005 | B|49998|0017369 drawing Data=cpg1022-1 |96169| D| |d|0006 | D|49998|0024738 drawing Data=cpg1022-1 |96169| D| |d|0007 | B|49998|0020905 drawing Data=cpg1022-1 |96169| D| |d|0008 | D|49998|0019097 drawing Data=cpg1022-1 |96169| D| |d|0009 | C|49998|0017763 drawing Data=cpg1022-1 |96169| D| |d|0010 | D|49998|0055696 drawing Data=cpg1022-1 |96169| D| |d|0011 | B|49998|0015906 drawing Data=cpg1025 |96169| P| |d|0001 | P|49998|0031294 drawing Data=cpg1025 |96169| P| |d|0002 | P|49998|0013077 drawing Data=cpg1025 |96169| P| |d|0003 | P|49998|0011923 drawing Data=cpg1025 |96169| P| |d|0004 | P|49998|0021385 drawing Data=cpg1025 |96169| P| |d|0005 | P|49998|0020123 drawing Data=cpg1025 |96169| P| |d|0006 | P|49998|0012596 drawing Data=cpg1025 |96169| P| |d|0007 | P|49998|0020575 drawing Data=cpg1025 |96169| P| |d|0008 | P|49998|0025829 drawing Data=cpg1025 |96169| P| |d|0009 | P|49998|0025129 drawing Data=cpg1025 |96169| P| |d|0010 | P|49998|0025305 drawing Data=cpg1025 |96169| P| |d|0011 | P|49998|0026218 drawing Data=cpg1025 |96169| P| |d|0012 | P|49998|0023610 drawing Data=cpg1025 |96169| P| |d|0013 | P|49998|0024504 drawing Data=cpg1025 |96169| P| |d|0014 | P|49998|0020909 drawing Data=cpg1025 |96169| P| |d|0015 | P|49998|0025043 drawing Data=cpg1025 |96169| P| |d|0016 | P|49998|0024761 drawing Data=cpg1025 |96169| P| |d|0017 | P|49998|0027299 drawing Data=cpg1025 |96169| P| |d|0018 | P|49998|0042937 drawing Data=cpg1025 |96169| P| |d|0019 | P|49998|0040502 drawing Data=cpg1025 |96169| P| |d|0020 | P|49998|0036449 drawing Data=cpg1025 |96169| P| |d|0021 | P|49998|0036830 drawing Data=cpg1025 |96169| P| |d|0022 | P|49998|0033796 drawing Data=cpg1025 |96169| P| |d|0023 | P|49998|0027339 drawing Data=cpg1025 |96169| P| |d|0024 | P|49998|0041721 drawing Data=cpg1025 |96169| P| |d|0025 | P|49998|0036782 drawing Data=cpg1025 |96169| P| |d|0026 | P|49998|0037911 drawing Data=cpg1025 |96169| P| |d|0027 | P|49998|0019706 drawing Data=cpg1025 |96169| P| |d|0028 | P|49998|0031258 drawing Data=cpg1025 |96169| P| |d|0029 | P|49998|0028386 drawing Data=cpg1025 |96169| P| |d|0030 | P|49998|0034996 drawing Data=cpg1025 |96169| P| |d|0031 | P|49998|0037489 drawing Data=cpg1025 |96169| P| |d|0032 | P|49998|0026677 drawing Data=cpg1025 |96169| P| |d|0033 | P|49998|0017312 drawing Data=cpg1025 |96169| P| |d|0034 | P|49998|0030851 drawing Data=cpg1025 |96169| P| |d|0035 | P|49998|0028589 drawing Data=cpg1025 |96169| P| |d|0036 | P|49998|0009063 drawing Data=cpg1025 |96169| P| |d|0037 | P|49998|0004112 drawing Data=cpg1025 |96169| P| |d|0038 | P|49998|0013152 drawing Data=cpg1025 |96169| P| |d|0039 | P|49998|0009572 drawing Data=cpg1025 |96169| P| |d|0040 | P|49998|0012321 drawing Data=cpg1025 |96169| P| |d|0041 | P|49998|0009310 drawing Data=cpg1025 |96169| P| |d|0042 | P|49998|0006784 drawing Data=cpg1025 |96169| P| |d|0043 | P|49998|0006124 drawing Data=cpg1025 |96169| P| |d|0044 | P|49998|0008489 drawing Data=cpg1025 |96169| P| |d|0045 | P|49998|0007044 drawing Data=cpg1025-1 |96169| M| |d|0000.a | M|49998|0758554 drawing Data=cpg1025-1 |96169| M| |d|0000.b | G|49998|1277830 drawing Data=cpg1025-1 |96169| M| |d|0000.c | M|49998|0763525 drawing Data=cpg1025-1 |96169| M| |d|0001 | L|49998|1091102 drawing Data=cpg1025-1 |96169| M| |d|0002 | M|49998|1201771 drawing Data=cpg1025-1 |96169| M| |d|0003 | L|49998|1102853 drawing Data=cpg1025-1 |96169| M| |d|0004 | E|49998|0841196 drawing Data=cpg1025-1 |96169| M| |d|0005 | D|49998|0392069 drawing Data=cpg1025-1 |96169| M| |d|0006 | B|49998|0547744 drawing Data=cpg1025-1 |96169| M| |d|0007 | D|49998|0409468 drawing Data=cpg1025-1 |96169| M| |d|0008 | B|49998|0424196 drawing Data=cpg1025-1 |96169| M| |d|0009 | L|49998|0555538 drawing Data=cpg1025-1 |96169| M| |d|0010 | J|49998|0536845 drawing Data=cpg1025-1 |96169| M| |d|0011 | B|49998|0594238 drawing Data=cpg1025-1 |96169| M| |d|0012 | A|49998|0635118 drawing Data=cpg1025-1 |96169| M| |d|0013 | F|49998|0683845 drawing Data=cpg1025-1 |96169| M| |d|0014 | C|49998|0649459 drawing Data=cpg1025-1 |96169| M| |d|0015 | A|49998|0543639 drawing Data=cpg1025-1 |96169| M| |d|0016 | C|49998|0683318 drawing Data=cpg1025-1 |96169| M| |d|0017 | D|49998|0554866 drawing Data=cpg1025-1 |96169| M| |d|0018 | D|49998|0421953 drawing Data=cpg1025-1 |96169| M| |d|0019 | K|49998|0559184 drawing Data=cpg1025-1 |96169| M| |d|0020 | K|49998|0762215 drawing Data=cpg1025-1 |96169| M| |d|0021 | M|49998|0397387 drawing Data=cpg1025-2 |96169| K| |d|0000.a | K|49998|0360625 drawing Data=cpg1025-2 |96169| K| |d|0000.b | D|49998|0070485 drawing Data=cpg1025-2 |96169| K| |d|0000.c | K|49998|0359139 drawing Data=cpg1025-2 |96169| K| |d|0001 | J|49998|0498469 drawing Data=cpg1025-2 |96169| K| |d|0002 | K|49998|0607194 drawing Data=cpg1025-2 |96169| K| |d|0003 | G|49998|0491202 drawing Data=cpg1025-2 |96169| K| |d|0004 | E|49998|0491268 drawing Data=cpg1025-2 |96169| K| |d|0005 | F|49998|0659594 drawing Data=cpg1025-2 |96169| K| |d|0006 | F|49998|0049431 drawing Data=cpg1025-2 |96169| K| |d|0007 | F|49998|0566711 drawing Data=cpg1025-2 |96169| K| |d|0008 | D|49998|0028577 drawing Data=cpg1025-2 |96169| K| |d|0009 | D|49998|0032712 drawing Data=cpg1025-2 |96169| K| |d|0010 | D|49998|0014537 drawing Data=cpg1025-2 |96169| K| |d|0011 | D|49998|0017877 drawing Data=cpg1025-2 |96169| K| |d|0012 | D|49998|0014800 drawing Data=cpg1025-2 |96169| K| |d|0013 | D|49998|0017435 drawing Data=cpg1025-2 |96169| K| |d|0014 | D|49998|0019633 drawing Data=cpg1025-2 |96169| K| |d|0015 | H|49998|0360727 drawing Data=cpg1025-2 |96169| K| |d|0016 | K|49998|0452047 drawing Data=cpg1025-2 |96169| K| |d|0017 | K|49998|0289051 document Ref Data=fed-std-h28 | | |b |190424|a| | | document Ref Data=fed-std-h28 |0020| |b |941221|a| |01| document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=qq-n-286 | | |g |001207|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=mil-std-2035 | | |a |950515|a| | | document Ref Data=mil-std-2132 | | |d |080310|a| |01| document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=a-a-59004 | | |a |950907|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=s9074-aq-gib-010/248 | | | |950801|a| | | document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | | document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | | 3. Requirements 3.0.1 Inspection - Clean And Determine If Refurbishment Is Possible. At Disassembly, The Contractor Must Record All Identifying Markings Found On The Parts Of Each Assembly. The Contractor Must Maintain Traceability Of These Markingsto Each Unit Throughout refurbishment. 3.0.2 Identifying Markings - Part Must Have A Mic (material Identification And Control) Code, Heat/heat Lot Code, Or Unique Contractor Traceability Number/code That Is Visible On The Part. See Material Traceability In Paragraph 3 (quality Assurance Provisions) of This Contract For Traceability Requirements. The Mic Code Can Consist Of A 2, 3, Or 4 Letter Material Identifier, 4 Or 5 Digit Julian Date, 3 Digit Lot Serial Number, And Certifying Activity Designator (cad) Which Will Be 1 Or 2 Letters; The 4 Parts Are normally Separated By Hyphens; Examples: Tia-3089-30-qq And St-06262-506-a. 3.0.3 Re-useable Parts - - Any Parts Of The Original Assembly That Are Useable (replacement Is Not Necessary), That Are Properly Marked As Identified Above, And That Have Material Certifications Available May Be Utilized As Initially Supplied. Certifications Arenot Required To Be resubmitted By The Contractor. - Any Parts Of The Original Assembly That Are Useable (replacement Is Not Necessary), Are Properly Marked As Identified Above, But Material Certifications Arenot Available At The Contractor's Facility, A Waiver Must Be Submitted In Accordance With waiver/deviation (configuration Control) Requirements Specified Elsewhere In The Contract. 3.0.4 Non-useable Parts - -any Parts Of The Original Assembly That Are Not Properly Marked As Identifie D Above Must Be Replaced And The Required Certifications Must Be Submitted. - Any Parts Of The Original Assembly That Are Not Usable (replacement Is Necessary) Must Be Replaced And The Required Certifications Must Be Submitted. 3.0.5 Refurbishment - Upon Completion Of Inspection, This Item Must Be Refurbished To Be In Accordance With ;cpg 1025/2-600; , Except As Amplified Or Modified Herein. This Applies To All "parts Requiring Certification" As Identified Elsewhere In This contract/purchase Order. 3.0.6 Additional Sow Requirements - ;n/a; 3.1 ;paragraphs 4.1 And 4.1.1 Of Cpg 1025 Do Not Apply.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;body (cpg 1025/2-004), Nut (cpg 1022/1-005), And Washers (cpg 1022/1-006 And Cpg 1025/1-005); material - ;qq-n-286, Form 2 Or Form 7, Annealed And Age Hardened. Mechanical Properties Shall Be In Accordance With Cpg 1025, Paragraph 3.3.2; 3.3 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below. test - Quality Conformance/compliance Inspection item - ;each Penetrator Assembly; performance - ;cpg 1025 Paragraph 4.5; acceptance - ;cpg 1025 (use Mil-std-2035 For Dye Penetrant Inspection); attribute - Annealing And Age Hardening item - ;each Body (cpg 1025/2-004), Nut (cpg 1022/1-005), And Washers (cpg 1022/1-006 And Cpg 1025/1-005); performance - Qq-n-286 test - Ultrasonic Inspection On Starting Material item - ;each Body (cpg 1025/2-004), Nut (cpg 1022/1-005), And Washers (cpg 1022/1-006 And Cpg 1025/1-005); performance - T9074-as-gib-010/271 Or Mil-std-2132, And Qq-n-286 acceptance - Qq-n-286 attribute - Time Temperature Plots And Certified Calibration Records Of Furnace Temperature Measuring Devices item - ;each Body (cpg 1025/2-004), Nut (cpg 1022/1-005), And Washers (cpg 1022/1-006 And Cpg 1025/1-005); performance - ;when Required By Cpg 1025, Paragraph 3.3.1.2; 3.4 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig/-0psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of Thesmallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. 30 Minutes / - 0 Minutes. Above 2500 Psig, The Pressure Tolerance Must Be +2%/-0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. The Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In this Contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be + 60 Minutes/- 0 Minutes. 3.5 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories: huntington Alloys, A Special Metals Company attn: Bill Bolenr 3200 Riverside Drive huntington, Wv 257059 phone: (304) 526-5889 fax: (304) 526-5973 metallurgical Consultants, Inc. attn: W. M. Buehler 4820 Caroline po Box 88046 houston, Tx 77288-0046 phone: (713) 526-6351 fax: (713) 526-2964 naval Surface Warfare Center, Carderock Division attn: Eric Focht Code 614 9500 Macarthur Blvd west Bethesda, Md 20817-5700 phone: (301) 227-5032 fax: (301) 227-5576 teledyne Allvac attn: Dr. W. D. Cao 2020 Ashcraft Ave. monroe, Nc 28110 phone: (704) 289-4511 fax: (704) 289-4269 westmoreland Mechanical Testing And Research Inc. attn: Andrew Wisniewski p.o. Box 388 youngstown, Pa 15696-0388 mannesmann Rohrenwerke mannesmann Forschungsinstitut (mfi) attn: Dr. Weiss postfach 251160 47251 Duisburg germany phone: 011-49-0203-9993194 fax: 011-49-0203-9994415 thyssenkrupp Vdm Usa, Inc. attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 houston, Tx 77065-4939 phone: (281) 955-6683 3.6 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The fasteners. Anti-galling Compound A-a-59004 (or Copper Or Nickel Based Anti-seize Compounds If A-a-59004 Is Not Available) Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly. 3.7 O-ring Grooves And Mating Sealing Surfaces Shall Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General acceptance Criteria (gac) Standard Shall Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided in The Applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria. the Gac Document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/ 3.8 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent inspection In Accordance With Asme B1 Series Is Acceptable. 3.8.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement. 3.8.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System 22 of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222. 3.8.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System. 3.9 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable. 3.10 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, They Must Be In Accordance With S9074-ar-gib-010a/278, (s9074-aq-gib-010/248 For Brazing) By Personnel And Procedures Qualified Under S9074-aq-gib-010/248 For All Production and Repair Welding And Brazing. Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing. 3.11 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.11.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide a Copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.11.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.11.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.12 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.13 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.14 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.14.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^ 3.15 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Shall Be Furnished Along With A Copy Of The Test Results. Certification Shall Include The Contractor's Name, Address And Date, Quantity Inspected, identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Shall Be Identified To Weld Joint And Layer. 3.16 Welding Requirements - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Shall Be Submitted For Review And Approval. In Addition, The Consumed Weld Metal C Of C As Defined Below Shall Be Submitted as Part Of The Certification Oqe Package Submitted By The Contractor. note: These Requirements Do Not Apply To Tack/spot Welds. 3.16.1 Approval Of The Contractor's Qualification Data Shall Be Obtained Prior To Performing Any Welding (production Or Repair). 3.16.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Shall Be submitted At The Same Time. Welding Procedures And Qualification Data Shall Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Shall State The Applicability Of Each Weld Procedure And Qualification Data submitted, Citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." " Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz."). Authority For The repair Of Special Repairs In Castings And Authority For The Repair Of Wrought Or Forged Material Material Shall Be Obtained From The Procurement Contracting Officer. This Request Shall Describe The Defect; Including Size, Depth, Location, And A Description Of the Proposed Repair. This Request For Navsup-wss Contracts Shall Be Submitted Via The Electronic Contractor Data Submission (ecds) Application. 3.16.3 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 48 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 48 Hour Time Limit May Be Modified Upon Mutual agreement Between The Vendor And Dcma. 3.16.4 When Drawings Require Hard Facing Surface Iron Content (nickel For Monel Valves) Not To Exceed 5%, The Contractor Shall Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test results Shall Be Submitted As Part Of The Qualification Data. 3.16.5 Qualification Requirements For Production Hardfacing: The Maximum Qualified Thickness For Hardfacing Shall Be Twice The Weld Deposit Thickness Measured In The As-welded Condition That Is Subjected To Initial Ndt (non-destructive Testing) And Any additional Drawing Requirements. The Minimum Qualified Thickness Is The Final Machined Thickness At Which Hardness Testing, Ndt, Macro-etch, And Any Additional Drawing Requirements Are Satisfactorily Performed. 3.16.6 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs) Shall Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential Elements And Any Elements Not listed In S9074-aq-gib-010/248 That Influence Dilution Shall Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element. 3.16.7 Qualification Requirements For Production Cladding: The Maximum Qualified Thickness For Cladding Shall Be Twice The Weld Deposit Thickness Measured In The As-welded Condition That Is Subjected To Initial Ndt And Any Additional Drawing Requirements. the Minimum Qualified Thickness Is The Final Machined Thickness At Which Ndt, Side Bends, Macro-etch Testing, And Any Additional Drawing Requirements Are Satisfactorily Performed. 3.16.8 When Weld Repair Is Required On Titanium Material, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Shall Be Submitted For Review And Approval. 3.16.9 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training plan, And Active Welder Qualification Shall Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Shall Be Submitted In A Commercially Available Electronic Formation, Such As Adobe Acrobat pdf. 3.16.10 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278. 3.16.11 A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Shall Include The Following: a) Filler Metal Lot Number(s) b) Specification And Type c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements. d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption. 3.16.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Shall Be Passed Down To The Subcontractor. 3.17 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Shall Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.17.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.17.2 The Contractor's Quality System Shall Be Documented And Shall Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Shall, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.17.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.17.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.17.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.18 Contractor Inspection Requirements - The Contractor Shall Maintain Adequate Records Of All Inspections And Tests. The Records Shall Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved and Rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Shall Be Traceable To The Material Inspected. 3.18.1 The Supplier's Gages, Measuring And Test Equipment Shall Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Shall Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.18.2 All Documents And Reference Data Applicable To This Contract Shall Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Shall Be Furnished In Accordance With The Instructions provided By The Government Representative. 3.19 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Shall Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.19.1 The Prime Contractor's Program Shall Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.19.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Shall Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or services Specified In The Purchase Order Or Contract. 3.19.3 The Prime Contractor Shall Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Shall Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.19.4 The Prime Contractor Shall Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Shall be Established. Records Of This Effort Shall Be Available For Review By The Government. 3.19.5 The Prime Contractor's Supplier Quality Assurance Program Shall Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.20 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Shall Develop Documented Control Procedures That Require At Least The Following: 3.20.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.20.2 Inspection For Completeness And Proper Type. 3.20.3 Verification Of Material Quality Received. 3.20.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.20.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.20.6 Identification And Protection From Improper Use Or Disposition. 3.20.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Shall Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.20.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Shall Be Maintained. 3.20.9 Material Returned To The Contractor Shall Be Handled As Gfm. 3.21 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.21.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Shall Develop Written Procedures That implement The Material Control Requirements Stated Herein And Elsewhere In This Contract/purchase Order. 3.22 Material Traceability - The Certification Data Report Shall Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number, As Applicable, Which Shall Also Be Marked On The Material. This Traceability Marking On The Material shall Provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples Shall Be Taken No Less Than Once In Every Eight Hours of Operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Shall Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.22.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Shall Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing. 3.22.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Shall Be Applied To A Durable Tag And the Tag Securely Affixed To The Material. 3.22.3 Traceability Markings Shall Be Maintained Through Assembly, And Whenever Possible Shall Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Shall Be Securely Attached To The Item Identifying The Part number, Piece Number, Traceability Number, And The Location Of The Permanent Mark. 3.22.4 Marking Shall Be Legible And Shall Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ; ; 3.23 See Cdrl Di-misc-81020 (chemical And Mechanical) - Material Certification - In Addition To The Certification Data Requirements Specified In Di-misc-81020, The Following Material Certification Requirements Apply: 3.23.1 Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Shall Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As Applicable, Of The material Supplied. 3.23.2 Re-identification And Re-certification Of Material Is Required When The Material Is Subjected To A Process Which Alters It's Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical Composition Or mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A Process Is Used during Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The Altered Material shall Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Shall Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties Are Altered, the Original Certification Forchemical Composition Shall Be Overstamped And Annotated With The Unique Traceability Material And At A Minimum Contain The Information Below. traceability Marking ________________________________________________ (marking On Finished Item) is Fabricated From Raw Material Identified To heat/lot Number ______________ And Heat Treat Number _____________________ (when Applicable) _________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.) 3.23.3 Material Certification Data Forwarded By The Manufacturer Shall Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract requirements. Transcription Of Certification Data Is Prohibited. 3.23.4 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable. 3.23.5 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.24 Material Handling - The Written Material Control Process Shall Include The Following: 3.24.1 All Raw Materials Shall Have Traceability Markings (except As Specified Below). 3.24.2 Stored Raw Materials Requiring Traceability Shall Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.24.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Shall Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Heats/lots Or Loss Of Traceability. The Traceability marking Shall Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.24.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Shall Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption. At A minimum, Material Verification Shall Consist Of Inspection Of Material Test Reports For Conformance To Specified Requirements. Control Of Welding And Brazing Filler Metals Shall Be Maintained To The Point Of Consumption To Assure Use Of The Correct Type And grade. Markings And Traceability Requirements Do Not Apply To Brazing And Weld Filler Metals After Consumption. It Is The Responsibility Of The Prime Contractor To Ensure Conformance With The Above Requirements On Welds Performed By Their Subcontractors. 3.24.5 Purchase Orders For Raw Material Shall Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Markings On The Material And Identified On The Test Reports. The Certification Data Requirements Contained In di-misc-81020 Shall Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.24.6 The Material Control Process Shall Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Shall Specify A Method And marking Location For Remarking. The Contractor Shall Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.25 Receiving Inspection - 3.25.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Shall Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.25.2 Receiving Inspection Shall Include As A Minimum - verification That The Traceability Marking On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.26 Discrepancy Reporting - 3.26.1 Nonconforming Products From Sub-tier Suppliers Shall Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Shall Report The Receipt Of Any Nonconforming Products To the Responsible Sub-tier Supplier In Accordance With Established Procedures. Nonconforming Material Records Shall Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.27 Final Inspection - The Following Inspections Shall Be Performed Prior To Government Inspection And Acceptance. 3.27.1 Material Sampling - Material Shall Be Inspected For Form, Fit, And Function. Lot Acceptance Shall Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Shall Be In Accordance With The Sampling Plan(s) In The Applicable military Specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Shall Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size selection Code), Table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Shallbe Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Shall Be One Hundred Percent Of The Lot. 3.27.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government/navy Receipt Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.27.3 All Data Concerning Material Verification (chemical, Mechanical Or Physical Properties), Traceability (material Certifications To Material Marking), And Nondestructive Test (ndt) Certifications For Material Shall Be 100% Inspected. The Certification test Reports Shall Also Be 100% Inspected For Completeness And Legibility. 3.27.4 All Material Requiring Traceability Shall Be 100% Inspected For Traceability Marking And That The Marking Is Legible. 3.28 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Shall Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications,
Closing Date25 Mar 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description 1 Lot Supply And Delivery Of Auto Parts Item Description 1 Lot Supply And Delivery 1 Assy Panel Gauge 1 Assy Wiper Linkage 1 Pc Suction Control Valve (genuine) 1 Pc Pressure Plate 1 Pc Clutch Lining 1 Pc Release Bearing 1 Pc Pilot Bearing 1 Pc Clutch Fork 1 Pc Oil Seal, Crankshaft (transmission Side), Genuine 1 Assy Clutch Master 1 Assy Secondary Clutch *** For 2007 Toyota Innova, Unit Make: Kun45, Engine Model: 2kd Terms And Conditions 1. All Entries Must Legibly Written, Printed Or Type Using The Nia Prescribed Request For Quotation (rfq). Any Modification In The Terms Of The Rfq Shall Constitute To Disqualification. A.) If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including The Manifestation On The Agreement With The Terms And Conditions Below. B.) In Case A Prospective Supplier/service Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In Different Format), Both Documents Shall Be Considered Unless There Are Discrepancies. In This Case, Provisions In The Rfq Shall Prevail C.) Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Countersigned Or Initialed By You Or Any Of Your Duly Authorized Representatives 2. The Total Approved Budget For The Contract (abc) Is 78,673.00. All Bids In Excess Of The Abc Shall Be Automatically Rejected; 3. Delivery Period Is Within 10 Working Days From Receipt Of Purchase Order (po). 4. Price Validity Shall Be For A Period Of 90 Working Days From The Date Of Bid Opening. 5. For Lot Award All Items To Be Grouped Together To Form One (1) Complete Lot. That Will Be Awarded To One Bidder To Form One (1) Complete Contract. Bidder Must Offer/quote On All Items, Otherwise, Bidder Shall Automatically Be Disqualified. 6. Warranty Shall Be For The One (1) Year For Equipment And Six (6) Months For Supplies And Materials From Date Of Approval Of The Inspection & Acceptance Report (iar) By The Authorized National Irrigation Administration’s Representative If Applicable. Bidders Shall Submit Only Two (2) Copies Of Bid/request For Quotation (rfq) Together With The Following Licenses And Legal Documents Also In Two (2) Copies Placed In One (1) Sealed Envelope, Namely: A.) Mayor’s Business Permit B.) Printed Copy Of Philgeps Registration Number C.) Tax Clearance Certificate D.) Income/business Tax Return (for Abc’s Above 500,000.00 Only) E.) Omnibus Sworn Statement For Abc’s Above 50,000.00 Only (shall Be Submitted By The Lowest Calculated Responsive Bidder Prior To The Processing Of Payment) F.) Certificate Of Registration (bir Form 2303) ***for Items A And B, A Valid Certificate Of Platinum Membership May Be Submitted In Lieu Of The Said Documents. 7. If An Awardee Has Accepted A Purchase Order But Fails To Deliver The Required Product(s) With In The Time Called For In The Same Order, The Awardee Shall Extend A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Delivery. Thereafter, If Awardee Has Not Completed Delivery Within The Extended Period, The Subject Purchase Order Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The National Irrigation Administration (nia) Shall, Then Purchase The Required Item(s) From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a Non Submission Of Any Of The Documents Above Mentioned Shall Be A Ground For Outright Rejection Of The Bid/rfq. Note: 1. Bid Quotations May Be Submitted To The Procurement Section, Procurement & Property Division, Icc Bldg., Edsa, Diliman, Quezon City, Fax No. 8921-3906 Or By Email At Procurement.quotation@nia.gov.ph. 2. Please Make Certain To Affix The Signature Of The Owner, Manager Or Any Of Its Duly Authorized Representative In A Clear Legible Manner. 3. Bidder Shall Submit One (1) Quotation Only. Alternate Bids Shall Be Rejected.
Closing Soon11 Mar 2025
Tender AmountPHP 78.6 K (USD 1.3 K)

Department Of Agriculture Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Section I. Invitation To Bid Da8-goods-2025-38 (id No. Bt-25-goods-consol-39835-0006) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Mcra- 2025 Current Fund Intends To Apply The Sum Of Twenty-four Million Three Hundred Thousand Pesos Only (p24,300,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “supply And Delivery Of Agricultural Machinery”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Per Lot (see Attached Terms And Conditions And The Attached List Of Delivery Points) Upon Receipt Of Ntp. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Qty Uom Item Description Unit Cost Total Cost Lot 1 4 Unit Four-wheel Drive Tractor 1,650,000.00 6,600,000.00 A. Prime Mover 1. Power Rating: 47-49 Hp 2. No. Of Cylinder: 4 Cylinder, Minimum 3. Stroke & Cycle: 4 Stroke Cycle 4. Cooling System: Water Cooled 5. Fuel Injection System: Direct Injection 6. Fuel Ignition/fuel: Diesel B. Performance/classification 1. Minimum Hydraulic Lift: 0.31 Kn/kw (lift Force Per Drawbar Power) 2. Pto Power: Minimum Of 85% Of The Rated Power 3. Specific Fuel Consumption @ Max. Pto Power:350g/kw-hr, Maximum 4. Aspiration Method: Turbocharged/ Turbocharged And Intercooled/ Naturally Aspirated 5. Steering System: Full Hydrostatic 6. Transmission System: Synchromesh With Differential Lock - Pedal 7. No. Of Drive: 4 Wheel Drive C. Accessories 1. Roll Over Protective Structure (rops), Seatbelt, Canopy 2. Set Of Standard Tools For Maintenance 3. Original Equipment Manufacturer (oem) Manual 4. Hydraulic Control Valve: Auxillary Or Integral 5. Hitch Category: 2 6. Minimum Of 100 Kg Front Counterweights/ballast 7. With Reflectorized Slow Moving Vehicle Emblem 8. Provide With Engine Driven Power Sprayer/ Pressure Washer Automatic Type 9. With Standard Heavy Duty Tools And Accessories: A. Tire Wrench B. Hydraulic Jack 5t C. Pressure Gauge D. Grease Gun 18" E. Flat Screwdriver 12" F. Open Wrench (1 Set) G. Mechanical Pliers H. Heavy Duty Toolbox And Roll Up Tools Holder I. Size That Could Accommodate The List Of Tools Except Tire Wrench And Hydraulic Jack Ii. Material: Metal Or Plastic I. Provide Personalized/ Fitted Material (water Resistant) For Covering J. With Personal Protective Equipment (minimum Of 3 Sets Each) I. Dust Mask Ii. Earmuff Iii. Eye Protection (safety Goggles) K. Provide 1 Set Of Filters And Oil For The First Change Oil D. Implements (must Conform To Paes/pabes) 1. Disc Plow: A. Average 'width Of Cut:1,000mm, Minimum B. No. Of Disc/blade: 4; Actual Field Capacity: 2ha/day, Minimum; Diameter: 22, Minimum Inches; Field Efficiency: 80%, Min; Fuel Consumption: 7 Lit/hr Max C. Compatible With The Offered Tractor 2. Rotary Tiller: A. Effective Rotatilling Width: 1, 500mm Minimum; No. Of Blades: 36 Minimum; Actual Field Capacity: 3ha/day, Min; Field Efficiency: 80%, Min: Fuel Consumption: 10 Lit/hr, Max B. Rotavator Should Not Exceed 500 Kg Wet-weight C. Compatible With The Offered Trator 3. Trailer: A. With Reflectorized Early Warning Decal (ewd) B. 2-3 Tons Capacity With Lift Spring E. Others 1. Provide Reflectorized And Water Resistant Da-rice Logo (6" X 6") 2. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 3. Must Conform To Paes/pabes 301:2020 Lot 2 2 Unit Rice Combine Harvester 2,100,000.00 4,200,000.00 Technical Specifications: 1. Prime Mover: Diesel Engine A. Rated Power: 65 Hp, Minimum 2. Self-propelled 3. Drive System: Rubber Crawler Track 4. Field Effeciency: 75%, Minimum 5. Mechanically Damaged Grains: 2.0% Maximum 6. Total Machine Loss: 3.5% Max A. Header Loss: 0.5%, Max B. Separation Loss: 1.3% Max C. Blower Loss: 1.2% Max D. Unthreshed Loss: 0.2% Max E. Scattering Loss: 0.3% Max 7. Net Cracked Grains: 5% Max 8. Purity: 97%, Minimum 9. Field Capacity: 0.5 Ha/hr, Minimum 10. Noise Level: 95db, Maximum For Four Hours Continuous Operation 11. Output System: Sack Or Bag Type 12. Cutting System A. With Pickup Reel And With Decloging Mechanism B. Height Adjustment, Hydraulics 13. Cleaning System: Mechanical 14. Threshed Grain Output Capacity: 6,000 Kg/hr, Minimum 15. With Transport Trailer A. Brand New B. Compatible With The Offered Unit C. With Built-in Ramp 16. With Reflectorized Early Warning Device (ewd) And Slow Moving Vehicle (smv) Emblem 17. With 1 Set Of Manufacturer’s Standard Tools And Accessories Required For Maintenance: A. Tire Wrench B. Hydraulic Jack 5t C. Pressure Guage D. Grease Gun 18 E. Socket Wrench (1 Set) F. Star Screwdriver 12" G. Flat Screwdriver 12" H. Open Wrench (1 Set) I. Mechanical Pliers J. Pipe Wrench K. Heavy Duty Toolbox And Roll Up Tools Holder I. Size That Could Accommodate The List Of Tools Exept Tire Wrench And Hydraulic Jack Ii. Material: Metal Or Plastic L. Provide Personalized/ Fitted Material (water Resistant) For Covering M. With Personal Protective Equipment (minimum Of 3 Sets Each) A. Dust Mask B. Earmuff C. Eye Protection (safety Goggles) N. Provide With Engine Driven Power Sprayer/ Pressure Washer Automatic Type 18. Provide Reflectorized And Water Resistant Da-rice Logo (6" X 6") 19. Must Conform To Paes/pabes 224:2015 20. With Engrave Nameplate Containing Atleast The Chasis And Engine Number Lot 3 1 Unit Four-wheel Drive Tractor 1,000,000.00 1,000,000.00 Technical Specifications: A. Prime Mover 1. Four-wheel Drive 2. Engine Rated Power: 23-25 Hp 3. No. Of Cylinders: 3 4. Stroke & Cycle: 4 Stroke Cycle 5. Cooling System: Water Cooled 6. Fuel Injection System: Direct Injection 7. Fuel Ignition/fuel: Diesel B. Performance/classification 1. Hydraulic Lift: 0.31 Kn/kw (lift Force Per Drawbar Power) 2. Pto Power: 85%, Minimum 3. Specific Fuel Consumption @ Max. Pto Power:350g/kw-hr, Maximum 4. Aspiration Method: Turbocharged/ Naturally Aspirated/ Turborcharged Intercooled 5. Steering System: Full Hydrostatic 6. Transmission System: Synchromesh With Differential Lock - Pedal 7. No. Of Drive: 4 Wheel Drive C. Accessories A. Roll Over Protective Structure (rops), Seatbelt, Canopy B. Set Of Standard Tools For Maintenance C. Original Equipment Manufacturer (oem) Manual D. Hydraulic Control Valve: Auxillary Or Integral E. Hitch Category: 2 F. With Standard Heavy Duty Tools And Accessories: I. Tire Wrench Ii. Hydraulic Jack 5t Iii. Pressure Gauge Iv. Grease Gun 18" V. Socket Wrench (1 Set) Vi. Star Screwdriver12" Vii. Flat Screwdriver 12" Viii. Open Wrench (1 Set) Ix. Mechanical Pliers X. Heavy Duty Toolbox And Roll Up Tools Holder A. Size That Could Accommodate The List Of Tools Except Tire Wrench And Hydraulic Jack B. Material: Metal Or Plastic Xi. Provide Trapal For Covering Xii. With Personal Protective Equipment (minimum Of 3 Sets Each) A. Dust Mask B. Earmuff C. Eye Protection (safety Goggles) D. Implements 1. With Rotary Tiller A. Cutting Width: 1600mm Minimum B. Rotavator Should Not Exceed 500 Kg Wet-weight C. Compatible With The Offered Trator 2 . With Disc Plow (with Amtec Test Report) A. Width Of Cut: 0.5 Meter Minimum 3. With Heavy Duty Trailer A. With Reflectorized Early Warning Decal (ewd) B. 1 Ton Capacity, Minimum C. Compatible With The Offered Tractor E. Other Requirements 1. Provide Reflectorized And Water Resistant Da-hvcdp Logo (6" X 6") 2. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 3. Must Conform To Paes/pabes 301:2020 Lot 4 3 Unit Four-wheel Drive Tractor 3,000,000.00 9,000,000.00 Technical Specifications: A. Prime Mover 1. Brand New, Water-cooled Diesel Engine 2. Engine Rated Power: 64-69hp 3. No. Of Cylinders: 4 4. Stroke & Cycle: 4 Stroke Cycle 5. Cooling System: Water Cooled 6. Fuel Injection System: Direct Injection B. Performance/classification 1. Hydraullic Lift: 0.31kn/kw (lift Force Per Drawbar Power) 2. Pto Power: Percent Of The Rated Power 85%, Minimum 3. Specific Fuel Consumption: Maximum @ 350 G/kw-h 4. Aspiration Method: Turbocharged/ Turbocharged And Intercooled/ Naturally Aspirated 5. Steering System: Full Hydrostatic 6. Transmission System: Syncromesh With Differential Lock-pedal 7. No. Of Drive: 4-wheel Drive C. Accessories 1. With Roll-over Protective Structure (rops), Canopy, And Seat Belt 2. Original Equipment Manufacturer (oem) Manual 3. Hydraulic Control Valve: Auxillary Or Integral 4. Minimum Of 100 Kg Front Counterweights/ballast 5. With Reflectorized Slow Moving Vehicle Emblem 6. Provide With Engine Driven Power Sprayer/ Pressure Washer Automatic Type 7. With Standard Heavy Duty Tools And Accessories: A. Tire Wrench B. Hydraulic Jack 5t C. Pressure Gauge D. Grease Gun 18" E. Flat Screwdriver 12" F. Open Wrench (1 Set) G. Mechanical Pliers H. Heavy Duty Toolbox And Roll Up Tools Holder I. Size That Could Accommodate The List Of Tools Except Tire Wrench And Hydraulic Jack Ii. Material: Metal Or Plastic I. Provide Personalized/ Fitted Material (water Resistant) For Covering J. With Personal Protective Equipment (minimum Of 3 Sets Each) I. Dust Mask Ii. Earmuff Iii. Eye Protection (safety Goggles) K. Provide 1 Set Of Filters And Oil For The First Change Oil D. Implements (must Conform To Paes/pabes) 1.rotary Tiller I. Operating Width: 1600 Mm, Min Ii. Rotavator Should Not Exceed 500 Kg Wet-weight Iii. Compatible With The Offered Tractor 2. Disc Plow I. Width Of Cut: 1,200 Mm Min. Ii. Compatible With The Offered Tractor 3. With Heavy Duty Trailer I. With Reflectorized Early Warning Decal (ewd) Ii. 2 Ton Capacity, Minimum 4. Furrower I. 2 Rows, Minimum Ii. Compatible With The Offered Trator 5. Pneumatic Corn Planter I. 4 Rows, Minimum Ii. Planting Depth: 5-10cm Atleast Iii. Compatible With The Offered Trator 6. Disc Harrow I. Number Of Disc: Minimum Of Four In Each Gang Ii. Compatible With The Offered Trator E. Other Requirements 1. Provide Reflectorized And Water Resistant Da-corn Logo (6" X 6") 2. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 3. Must Conform To Paes 118:2001 Lot 5 1 Unit Four-wheel Drive Tractor 3,500,000.00 3,500,000.00 Technical Specifications: A. Prime Mover 1. Brand New, Water-cooled Diesel Engine 2. Engine Rated Power: 90hp, Minimum 3. No. Of Cylinders: 4 4. Stroke & Cycle: 4 Stroke Cycle 5. Cooling System: Water Cooled 6. Fuel Injection System: Direct Injection B. Performance/classification 1. Transmission: Gear Shift, 8 Forward And 4 Backward Setting Minimum 2. Pto Shaft Speeds: 540 Rpm, Minimum 3. Specific Fuel Consumption: Maximum @ 350 G/kw-h At 85% Of Rated Power 4. Steering System: Power Steering C. Accessories 1. With Roll-over Protective Structure (rops), Canopy, And Seat Belt 2. Original Equipment Manufacturer (oem) Manual 3. With Hydraulic Ports/ Auxillary Hydraulic Valve/ Remote Hydraulic Ports 4. Minimum Of 150 Kg Front Counterweights/ballast 5. With Reflectorized Slow Moving Vehicle Emblem 6. Provide With Engine Driven Power Sprayer/ Pressure Washer Automatic Type 7. With Standard Heavy Duty Tools And Accessories: A. Tire Wrench B. Hydraulic Jack 5t C. Pressure Gauge D. Grease Gun 18" E. Flat Screwdriver 12" F. Open Wrench (1 Set) G. Mechanical Pliers H. Heavy Duty Toolbox And Roll Up Tools Holder I. Size That Could Accommodate The List Of Tools Except Tire Wrench And Hydraulic Jack Ii. Material: Metal Or Plastic I. Provide Personalized/ Fitted Material (water Resistant) For Covering J. With Personal Protective Equipment (minimum Of 3 Sets Each) I. Dust Mask Ii. Earmuff Iii. Eye Protection (safety Goggles) K. Provide 1 Set Of Filters And Oil For The First Change Oil D. Implements (must Conform To Paes/pabes) 1.rotary Tiller I. Operating Width: 1700 Mm, Min Ii. Rotavator Should Not Exceed 500 Kg Wet-weight Iii. Compatible With The Offered Trator 2. Disc Plow I. Width Of Cut: 1,200 Mm Min. Ii. Compatible With The Offered Trator 3. With Heavy Duty Trailer I. With Reflectorized Early Warning Decal (ewd) Ii. 2 Ton Capacity, Minimum 4. Furrower I. 3 Rows, Minimum Ii. Compatible With The Offered Trator 5. Cassava Digger I. 2 Rows, Minimum Ii. Depth Of Cut: 250mm, Minimum Iii. Compatible With The Offered Trator 6. Disc Harrow I. Number Of Disc: Minimum Of Four In Each Gang Ii. Compatible With The Offered Trator E. Other Requirements 1. Provide Reflectorized And Water Resistant Da-corn Logo (6" X 6") 2. With Engrave Nameplate Containing Atleast The Chasis And Engine Number 3. Must Conform To Paes 118:2001 Terms And Conditions: A During The Opening Of Bids, Bidders Shall Submit: 1. Certificate Of Distributorship From The Manufacturer; 2. Certificate Of Accredited Service Center Within The Region That Could Respond Within 72 Hours (including Holidays And Weekends) Upon Request Of The End-user/beneficiary; 3. Namdac Certificate Of Accreditation; 4. Permit To Operate From Bafe; 5. Section Vii (technical Specifications) Of The Bidding Document, Which Must Be Signed And Sealed By Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; 6.valid Amtec Test Reports: Lot 1 I. Four Wheel Tractor Ii. Rotary Tiller Coupled To The Offered Four Wheel Tractor Iii. Disc Plow Coupled To The Offered Four Wheel Tractor Lot 2 I. Rice Combine Harvester Lot 3 I. Four Wheel Tractor Ii. Rotary Tiller Coupled To The Offered Four Wheel Tractor Iii. Disc Plow Coupled To The Offered Four Wheel Tractor Lot 4 I. Four Wheel Tractor Ii. Rotary Tiller Coupled To The Offered Four Wheel Tractor Iii. Disc Plow Coupled To The Offered Four Wheel Tractor Iv. Pneumatic Corn Planter Coupled To The Offered Four Wheel Tractor V. Furrower Coupled To The Offered Four Wheel Tractor Vi. Disc Harrow Coupled To The Offered Four Wheel Tractor Lot 5 I. Four Wheel Tractor Ii. Rotary Tiller Coupled To The Offered Four Wheel Tractor Iii. Disc Plow Coupled To The Offered Four Wheel Tractor Iv. Cassava Digger Coupled To The Offered Four Wheel Tractor V. Furrower Coupled To The Offered Four Wheel Tractor Vi. Disc Harrow Coupled To The Offered Four Wheel Tractor B During Post-qualification, 1. The Bidder Shall Submit Certificate Of Conformity From Bafe In Compliance To Da-memorandum Circular No. 30 Series Of 2020 2. Submit Certificate Of Availability Of Stocks & Certainty Of Delivery Within The Delivery Period Stated. C Winning Bidder/s Shall: 1. Deliver Genuine, Unaltered, And Brand New Units; 2. Conduct Necessary Training, After Complete Delivery Of The Items, For The Operation And Maintenance Of The Equipment And Provide Copies Of The Training Module; 3. Deliver The Items Per Lot Upon Receipt Of Notice To Proceed (ntp), See Attached List Of Delivery Points: Lot 1: Within 40 Calendar Days Lot 2: Within 20 Calendar Days Lot 3: Within 15 Calendar Days Lot 4: Within 30 Calendar Days Lot 5: Within 15 Calendar Days 4. Shoulder The Delivery And Handling Cost To The Specified Drop-off Point, Materials For Testing, Fuels, Oils And Other Necessary Requirements; E 5. Inform The End-user And The General Services Section Seven (7) Calendar Days Prior To Schedule Of Delivery; D Any Delay Of Delivery Of Item Shall Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of The Undelivered Items; F Payment Scheme; A. 100% Payment Shall Be Made Upon Complete Delivery, Inspection, Testing (test Report With Acceptable Rating), After The Conduct Of Training In The Operation And Maintenance Of The Machines And Equipment; And Acceptance Per Lot; F Winning Bidder/s Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 To March 12, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Pursuant To The Latest Guidelines Issued By The Gppb. The Cost Of The Bidding Documents Shall Correspond To The Total Abc Of The Selected Lot/s On Which The Supplier Intends To Bid, With A Range As Indicated In The Table Below. Approved Budget For The Contract Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 6. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On February 26, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City And Through Face To Face Or Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before March 12, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 12, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Either Physically Or Through Video Conferencing Via Google Meet. 10. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Eduardo Romano M. De Veyra Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
Closing Soon12 Mar 2025
Tender AmountPHP 24.3 Million (USD 423.7 K)

Negros Oriental State University Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description 8 Pcs Ceiling Led Panel Lamp 40watts 60cm X 60cm (day Light) 50 Pcs Ceiling Led Panel Light Circle 12 Watts 6" Recessed Slim Downlight Code D22 (day Light) 20 Pcs Ceiling Led Light Square 12 Watts 6" Recessed Slim Downlight Code D22 (day Light) 8 Kgs. Common Nails 1" 6 Kgs. Common Nails 2" 7 Kgs. Common Nails 3" 5 Kgs. Common Nails 4" 5 Kgs. Concrete Nails 50 Pcs Convenience Outlet Surface Type (3 Gang) 50 Pcs Cylindrical Door Knob Set (stainless) 50 Pcs Electrical Plug Adaptor 3 Box Flat Cord Wire No. 16 (150 Meters) 2 Roll Galvanized Wire (alambre) # 14 20 Pcs Heavy Duty Pod Lock 1 Pcs Hunting Knife "bolo" 2 Pcs L Shape Right Angle Steel Roller 1 Pcs Level Bar 1 Pcs Machete Heavy Duty (lading) 2 Pcs Mason Wooden Float (rodela Rubber) 3 Roll Pdx Wire #12 (75 Meters) 3 Roll Pdx Wire #14 (75 Meters) 16 Pcs Swing Platic Trash Bin Colored (large Size) 5 Box Texscrew Nails 3" 5 Pcs Urinal Flush Valve 2 Unit Water Garden Hose 1/2" With Nozzle (100 Meters)
Closing Soon12 Mar 2025
Tender AmountPHP 189.4 K (USD 3.2 K)

MANAOAG WATER DISTRICT Tender

Machinery and Tools
Corrigendum : Tender Amount Updated
Philippines
Details: Description Various Materials/fittings 1.gi Elbow 1/2" Std. - - - - - - - - - - - - - - 500 Pcs. 2. Gi St. Elbow 1" Std. - - - - - - - - - - - - 100 Pcs. 3. Saddle Clamp 2"x1" (blue) - - - - - - - - - 50 Pcs. 4. Ci Valve Cover 6" - - - - - - - - - - - - - - - 5 Pcs. 5. Brass Swing Valve 1/2" - - - - - - - - - - - 500 Pcs. 6. Saddle Clamp Rubber Gasket 1" - - - - - 50 Pcs.
Closing Soon12 Mar 2025
Tender AmountPHP 210.8 K (USD 3.6 K)

Provincial Government Of Camarines Sur Tender

Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Camarines Sur Bids And Awards Committee Itb No. 035-03-2025 Invitation To Bid The Provincial Government Of Camarines Sur (pgcs) Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors, With Duly Approved License To Bid For The Hereunder Listed Goods: Particulars Abc Supply And Delivery Of Medical Supplies Requesting Office: Pho Source Of Fund: General Fund Amount Of Bidding Documents: P 50,000.00 Solicitation Number: Gds-124-2025 P 173,638,620.00 The Bac Will Issue Bidding Documents To Prospective Bidders At Bac Office, It Building, Capitol Complex Cadlan, Pili, Camarines Sur Upon Payment Of Non-refundable Amount For Bidding Documents At The Provincial Treasurer’s Office. The Complete Schedule Of Activities Are Listed As Follows: Schedule Of Activities Dates 1. Issuance Of Bid Documents March 3 - 24, 2025 2. Pre-bid Conference March 10, 2025; 3:00 P.m. 3. Submission Of Bid Documents, Opening Of Bids & Eligibility Check March 24, 2025; 2:00 P.m. 4. Bid Evaluation March 25 - 26, 2025 5. Post Qualification March 27 - 28, 2025 Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria And Will Conduct Post-qualification Of The Lowest Calculated And Responsive Bid (lcrb). This Bidding Shall Be Governed By Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (irr). The Pgcs Reserves The Right To Reject Any Or All Bids Without Offering Any Reason, To Waive Any Formality Or Technicality, And To Award To Any Bidder Whose Proposal Is Deemed Most Advantageous To The Pgcs. The Pgcs Neither Assumes Any Obligation For Any Loss Whatsoever That Maybe Incurred By The Bidders In The Preparation Of Their Respective Bids, Nor Does The Pgcs Guarantee That An Award Will Be Made. (sgd) Janis Ian B. Regaspi - Cleofe Bac Chairperson 150 Btls 1% Ammonium Oxalate (500 Ml) 250 Pcs 150 High Flux Dialyzer 250 Pcs 150 Low Flux Dialyzer 250 Pcs 180 High Flux Dialyzer 250 Pcs 180 Low Flux Dialyzer 250 Pcs 200 High Flux Dialyzer 250 Pcs 200 Low Flux Dialyzer 300 Roll Absorbent Cotton Roll 28x24 Mesh 100yards 10,000 Pcs Absorbent Cotton Roll 50g 500 Bxs Absorbent Gauze Sponge 40'sx40's 28x24 Mesh "4x4"- 8 Ply 100 Bxs Adhesive Bandages Wash Proof (band Aid) 50's 300 Pck Adult Diaper Large 10's 300 Pck Adult Diaper Medium 50's 20,000 Pc Alcohol 70% 250ml 500 Gal Alcohol 70% Gal 150 Bxs Alcohol Swab 100's 200 Bxs Applicator Stick (cotton Tipped) 6", 100's 500 Pcs Arm Sling Large 500 Pcs Arm Sling Medium 500 Pcs Arm Sling Small 100 Pcs Autoclave Tape 1/2 Inch 30 Pcs Bag Valve Mask Adult 30 Pcs Bag Valve Mask Children 30 Pcs Bag Valve Mask Infant 22 Pcs Bandage Scissor 5 1/2 Satinlees Steel 354x289x97mm 200 Gal Bleaching Solution Multipurpose 3785ml 300 Bxs Blood Cholesterol Strips 10's 300 Bxs Blood Uric Acid Strips 25's 30 Unit Bp Apparatus Pedia (sphygmomanometer) 30 Unit Bp Apparatus With Stethoscope Adult (sphygmomanometer - Desk/wall Type Aneroid) 30 Unit Bp Cuff (reusable) Child 30 Unit Bp Cuff (reusable) Infant 30 Vials Capillary Tube Micro Haematocrit Tubes 100's 150 Bxs Chromic 1/0 Cutgut Absorbable Suture Round Bodied 12's 150 Bxs Chromic 1/0 Suture Curved Cutting 12's 150 Bxs Chromic 2/0 Cutgut Absorbable Suture Round Bodied 12's 150 Bxs Chromic 2/0 Suture Curved Cutting 12's 150 Bxs Chromic 3/0 Absorbable Suture Round Bodied 12's 150 Bxs Chromic 3/0 Suture Curved Cutting 12's 150 Bxs Chromic 4/0 Absorbable Suture Round Bodied 12's 150 Bxs Chromic 4/0 Suture Curved Cutting 12's 300 Bxs Clean Gloves Large 100's 300 Bxs Clean Gloves Medium 100's 300 Bxs Clean Gloves Small 100's 50 Pcs Cold Spray Deep Freeze 150ml 5 Pcs Contra Angle Handpiece Low Speed Taxi Solution And Single Water Spray – Versatile Dental Tool For 2/4 Hole Air With Push Button 500 Pck Cotton Balls 150's 500 Bxs Cover Slip , 100's 22x22 50 Bxs Covid-19 Antigen Rapid Test 25's Cassette 10 Kit Cresent Rapi Stain 500ml/btls (hematology Staining Kit) 15 Set Delivery Set Intruments 500 Bxs Dengue Igg/igm 25's 500 Bxs Dengue Ns1 25's 500 Bxs Dental Anesthesia (lidocaine Hcl+epinephrine) 50's 10 Pcs Dental Mouth Mirror W/ Handle Stainless Steel 300 Bxs Dental Syringe G27 100's 300 Bxs Dental Syringe G30 100's 500 Pcs Dental Topical Anesthesia 10 Pcs Diamond Burs (round Straight, Inverted Cone) 200 Gal Disinfect (metricide/soaking Solution) 100 Btls Disinfectant Spray Aerosol 510g 500 Bxs Disposable Needle G25 100's 20 Set Disposable Defibrillator Pads 114mm X 114mm 100 Pcs Disposable Emesis Bags And Basins 38x17 Cm 1000ml 3,000 Pcs Disposable Infusion Set Pedia (microset - 60 Drops = 1ml) 2000 Bxs Disposable Needle G22 100's 2000 Bxs Disposable Needle G23 100's 2000 Bxs Disposable Needle G27 100's 500 Bxs Disposable Needle G30 100's 2000 Bxs Disposable Syringe W/ Needle 0.5cc (insulin Syringe)100's 200 Bxs Disposable Syringe W/ Needle 10cc 100's 500 Bxs Disposable Syringe W/ Needle 10cc 100's 500 Bxs Disposable Syringe W/ Needle 1cc 100's 500 Bxs Disposable Syringe W/ Needle 3cc 100's 500 Bxs Disposable Syringe W/ Needle 50cc 25's 100 Bxs Disposable Syringe W/ Needle 50cc 25's 500 Bxs Disposable Syringe W/ Needle 5cc 100's 100 Bxs Disposable Umbilical Cord Clamp 100's 500 Pck Disposable Underpads 10's 60 Pck Drug Of Abuse Urine Test Cassette, Met/thc 25's 2,500 Pcs Dvd-r 22 Units Ecg Machine, 12lead Ecg/ekg 100 Tray Edta Tube 3ml, 100's 20 Tray Edta Tubes 0.5ml, 100's 20 Tray Edta Tubes 2ml, 100's 200 Pcs Elastic Bandage 2 Inch 200 Pcs Elastic Bandage 3 Inch 200 Pcs Elastic Bandage 4 Inch 200 Pcs Elastic Bandage 5 Inch 1,000 Pcs Elastic Bandage 6" Roll 200 Pcs Elastic Bandage 8 Inch 200 Bxs Endotracheal Tube 7 10's 200 Bxs Endotracheal Tube Cuffed 6.0 10's 200 Bxs Endotracheal Tube Cuffed 7.0 10's 200 Bxs Endotracheal Tube Cuffed 8.0 10's 200 Bxs Endotracheal Tube Cuffed Fr. 16 10's 200 Bxs Endotracheal Tube Cuffed Fr. 19 10's 200 Bxs Endotracheal Tube Cuffed Fr. 20 10's 200 Bxs Endotracheal Tube Cuffed Fr. 23 10's 200 Bxs Endotracheal Tube Cuffed Fr. 26 10's 200 Bxs Endotracheal Tube Fr. 6 10's 200 Bxs Endotracheal Tube Fr. 8 10's 1,000 Bxs Face Maske-earloop 3-ply, 50's 300 Bxs Folley Ballon Catheter F-14 , 10's 300 Bxs Folley Ballon Catheter F-18 ,10's 300 Bxs Folley Catheter Fr.16 10's 300 Bxs Folley Catheter Fr.18 10's 300 Bxs Folley Catheter Fr.5 10's 100 Rolls Gauze 36x100 Yards 28x24 Mesh 100 Bxs Glass Slide 3x1 Plain China 72's 300 Bxs Glucose Strips, 50's 450 Bxs Hba1c Kit 20's 400 Bxs Hbsag + Hepa B Test Kit 25's 60 Pcs Heat Spray 10 Pcs High Speed Handpiece 50 Gal Hydrogen Peroxide Antiseptic/disinfectant 500 Bxs Insulin Syringe G-29.5 Inch 1ml 100's 1,500 Btls Iopromide Injection Ultravist 300mg/ml, 50ml 1,500 Btls Iopromide Injection Ultravist 370mg/ml, 50ml 200 Bxs Iv Cannula G. 20 100's 200 Bxs Iv Cannula G. 22 100's 200 Bxs Iv Cannula G. 24 100's 200 Bxs Iv Cannula G. 26 100's 200 Bxs Iv Cannula G.18 100's 500 Tubes Ky Lubricating Jelly 100 Rolls Laboratory Sealing Film (parafilm) 100mm X 38m 15 Bxs Laboratory Sealing Wax Plates 10's 600 Bxs Lancet, 100's 200 Btls Lidocaine 10% Solution 50ml Spray 300 Amps Lidocaine 10%, Sol 50 Ml Amp 600 Vials Lidocaine 2% Solution 50ml Vial 10 Pcs Light Cured Machine 500 Btls Lubricating Jelly Tube 200 Btls Methyl Salicylate Camphor + Menthol 100ml 200 Btls Methyl Salicylate Menthol Crystal Eucalyptus Oil, 20ml 100 Bxs Micropore Plaster 2x2 ,6's 100 Bxs Micropore Plaster 5x5, 12's 100 Tray Microtainer Tube 0.5ml Edta 100's 11 Set Minor Set 100 Btls Multi Meter Strip 22 Pcs Nano Hybrid Composie Material Shade A2 22 Pcs Nano Hybrid Composie Material Shade A3 22 Pcs Nano Hybrid Composie Material Shade A3 G 1,000 Pcs Nasal Oxygen Cannula Adult 1,000 Pcs Nasal Oxygen Cannula Newborn 1,000 Pcs Nasal Oxygen Cannula Pedia 250 Bxs Nasogastric Tube Fr14 10's 250 Bxs Nasogastric Tube Fr15 10's 20 Set Nasopharengeal Airway Set 1,000 Pcs Nebulizer Kit Adult 1,000 Pcs Nebulizer Kit Pedia 100 Pcs Nitroglycerine Spray/sublingual/patch 500 Pcs Non-rebreather Mask Adult 500 Pcs Non-rebreather Mask Children 500 Pcs Non-rebreather Mask Infant 100 Btls Normal Saline Solution 0.85% Medic Diagnostic Solution Rdt 50 Kit Occult Blood Set,50's 20 Set Oropharengeal Airway Set Adult 20 Set Oropharengeal Airway Set Infant 500 Pcs Oxygen Cannula Adult 500 Pcs Oxygen Cannula Pedia 500 Pcs Oxygen Face Mask Adult 500 Pcs Oxygen Face Mask Children 500 Pcs Oxygen Face Mask Infant 300 Pcs Pipette Tips 1.0 - 5.0 Ul White Tip 300 Pcs Pipette Tips 1.0 - 5.0 Ul White Tip 300 Pcs Pipette Tips 2.0 - 200 Ul Yellow Tip 300 Pcs Pipette Tips 5.0-1000 Ul 100's Blue Tip 200 Pcs Plaster Of Paris 4 Inches 200 Pcs Plaster Of Paris 6 Inches 300 Pcs Plastic Sharp Container 3l 22 Pcs Polishing Burs 500 Gal Povidone Iodine 10% Solution 1000ml 10,000 Pcs Povidone Iodine 10% Solution 60ml 1,000 Pcs Ppe Isolation Gown 200 Bxs Pregnancy Test Kit 15 Pcs Pulse Oximeter Adult 15 Pcs Pulse Oximeter Pedia 200 Pcs Sample Cups 22 Set Scaler 1, 2, 3 300 Pcs Soluset 150ml 2500 Pc Specimen Container 50 Pck Sterile Burn Sheets 3,000 Pcs Sterile Iv Infusion Set W/ Needle Adult (macroset - 20 Drops = 1ml) 300 Bxs Sterile Latex Gloves 6.0 100's (s) 300 Bxs Sterile Latex Gloves 6.5 100's (m) 300 Bxs Sterile Latex Gloves 7.0 100's (l) 300 Bxs Sterile Latex Gloves 7.5 100's (xl) 100 Pck Sterile Occlusive Dressing 3x8 500 Btls Sterile Water For Injection Vial 100ml 50 Unit Stethoscope Adult 100 Bxs Sti Test (chlamydia/trichomonas/gonorrhea) 300 Bxs Straight Catheter Fr. 14 10's 300 Bxs Straight Catheter Fr. 16 10's 300 Bxs Straight Catheter Fr. 18 10's 300 Bxs Straight Catheter Fr. 5 10's 300 Bxs Straight Catheter Fr. 8 10's 300 Bxs Stylet Fr.10 10's 22 Pcs Surgical Scissor Straigt 5 1/2 200 Bxs Syphilis Test Kit 25's 200 Bxs Tb Igg/igm Rapid Test Kit 200 Roll Thermal Paper Type V (high Glossy Upp 110mm X 18 Meters 30 Unit Thermometer Infrared 30 Unit Thermometer Infrared Forehead Hospex 150 Bx Tissue Paper (pull-ups) 8's 150 Bxs Typing Sera (anti-a) 150 Bxs Typing Sera (anti-b) 150 Bxs Typing Sera (anti-c) 150 Bxs Typing Sera (anti-d) 500 Btls Ultrasound Transmission Gel 100ml 230 Pcs Urine Bag 3,000 Pc Urine Container, 50ml 200 Bxs Urine Strips 10sg 100's 200 Bxs Urine Strips 4sg 50's 200 Bxs Urinialysis Glass Slides 100's 200 Tray Vacuum Blood Collection Tube (red Top) 3ml, 100's 200 Tray Vacuum Blood Collection Tube (red Top) 5ml, 100's 150 Tray Vacuum Blood Collection Tube (violet Top) 5ml 100's 200 Tray Vacuum Blood Collection Tube (yellow Top) 3ml 100's 150 Tray Vacuum Blood Collection Tube (yellow Top) 4ml 100's 100 Pcs Wadding Sheet 4 Inches 100 Pcs Wadding Sheet 6 Inches 100 Pcs Wrap/blanket For Newborn 80 Rolls Xray Film 10x12 Size 80 Rolls Xray Film 11x14 Size 80 Rolls Xray Film 14x17 Size 80 Rolls Xray Film 8x10 Size 80 Pcs Xray Film Envelope 10x12 Size 80 Pcs Xray Film Envelope 11x14 Size 80 Pcs Xray Film Envelope 14x7 Size 80 Pcs Xray Film Envelope 8x10 Size *-*-*-*-*-*-*-*-*-*-*-*-* Date Of Posting: February 28, 2025
Closing Date24 Mar 2025
Tender AmountPHP 173.6 Million (USD 2.9 Million)

Province Of Quirino Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Item No. Qty Unit Items & Description 1 1 Unit Motorcycle Engine Type: 4 Stroke, 2 Valve, Sohc, Liquid-cooled, Esp Displacement: 125cc Starting System: Electric (acg Starter) Ignition Type: Full Transisterized Brake Type (front): Hydraulic Disc Barke Type (rear): Mechanical Leading Trailing Tire Size (front): 90/80- 14m/c 43p (tubeless) Tire Size (rear): 100/80- 14m/c 48p (tubeless) Wheel Type: Cast Wheel Overall Dimensions: Lxwxh- 1,918 X 679 X 1,066 (mm) Curb Weight: 112kg Seat Height: 769mm Ground Clearance: 131 Mm Fuel Tank Capacity: 5.5l Fuel System: Pgm-fi Battery Type: 12v-5ah (mf-wet) Maximum Power: 8.2 Kw @ 8,500rpm Maximum Torque: 10.8nm @5,00rpm Bore X-stroke: 52.4 X 57.9 (mm) Fuel Consumption: 50.3 Km/l (wmtc Test Method) Matte Fiery Red Metallic (special Edition) Note: Inclusive Of 3 Years Registraion General Instruction To Bidders: 1. The Following Requirements Must Be Submitted A. Philgeps Registration Certtificate B. Mayor/business Permit Issued By City Or Municipality C. Latest Annual Income/business Tax Return (for Abc Above 500k Only) D. Original Copy Of Duly Notarized Oss For Winning Bidder 2. Bidder Are Required To Read The Instructions And Fill The Blanks In Typewritten Form Or Written Legibly In Permanent Ink. 3.prospective Bidders/suppliers Are Required To Use This Official Quotation Form In The Accomplishment Of Their Quotations/bid Proposal. 4. Any Specifications Other Than Those Required/stated In This Form Shall Not Be Considered In The Evaluation Of The Quotation/bid Award. 5. Quotations Must Include All Kinds Of Taxes For The Item/s Listed Hereunder, Including Delivery Charges. 6. Only Sealed Quotations Shall Be Accepted. 7. The Bidder Is Required To Affix His Signature Across The Flap Of The Sealed Envelope. 8. The Bidder Shall Reflect On The Envelope The Solicitation No. And The Pr No. 9. Awarding Shall Be Done By Lot. 10. All Interested Bidder/supplier Are Advised To Visit Provincial General Services Office For Accreditation. 11. Any Inter Lineations, Erasures Or Everwritting Shall Be Ground For Disqualification. 12. The Best Offer/s Submitted By The Prospective Bidders Shall Still Be Subjected To A Detailed Evaluation And Post Qualification. 13. All Minimum Technical Specs Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified.
Closing Soon13 Mar 2025
Tender AmountPHP 85.9 K (USD 1.4 K)
3111-3120 of 3282 active Tenders