Valve Tenders

Valve Tenders

North Eastern Railway - NER Tender

Goods
Machinery and Tools...+1Aerospace and Defence
Ireps
India
Description: Throttle Valve Assembly As Per Sil Ref.no.s0220110103 For Am-92. Pantograph Or M/s Contransys Part No.c01900 For Ir03h Pantograph.
Closing Date17 Apr 2025
Tender AmountINR 500 K (USD 5.7 K)
This is an estimated amount, exact amount may vary.

National Fertilizers Limited - NFL Tender

Goods
Machinery and Tools
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: Non-Return Valve with Bypass Arrangement
Closing Soon11 Mar 2025
Tender AmountRefer Documents 

Public Health Engineering Department - PHED Tender

Works
Civil And Construction
Eprocure
Corrigendum : Closing Date Modified
India
Description: Interconnection Between Two Ohr And Construction Of Sluice Valve Chember At Kashipur Under Augmentation Of Kashipur W/s Scheme Of Raghunathpur Sub-division Under Purulia Division, Phe Dte.
Closing Soon10 Mar 2025
Tender AmountINR 122.1 K (USD 1.4 K)

Bharat Heavy Electricals Limited - BHEL Tender

Goods
Machinery and Tools
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: SG9792149031_150 LUBE OIL SYSTEM , Site supervision AND functional demonstration , SG9792118012_PR.CNTRL VALVE , SG9792107029_ FILTER ELEMENT , SG9792127020_DRIVE END BEARING , SG9792127038_NON-DRIVE END BEARING , SG9792127046_TERMINAL BLOCK , SG9792127054_COOLING FAN , SG9792127070_DRIVE END BEARING , SG9792127089_NON-DRIVE END BEARING , SG9792127097_TERMINAL BLOCK , SG9792127100_COOLING FAN , SG9792113037_DRIVE END BEARING , SG9792113045_NONDRIVE END BEARING , SG9792113053_TERMINAL BLOCK , SG9792113070_COOLING FAN FOR , SG9792115013_GRID FLEX COUPLING , SG9792115021_GRID FLEX COUPLING , SG9792112022_LOVE JOY COUP , SG9792120017_PRESSURE GAUGE , SG9792120033_PRESSURE GAUGE , SG9792120041_PRESSURE GAUGE , SG9792120050_PRESSURE GAUGE , SG9792123016_DP GAUGE , SG9792109013_LIQUID LEVEL INDICATOR , GT9755475010_LEVEL TRANSMITTER , GT9755473122_PRESSURE TRANSMITTERS , GT9755473130_PRESSURE TRANSMITTERS , GT9755473149_PRESSURE TRANSMITTERS , SG9792068015_DP TRANSMITTER , SG9792124012_TEMPERATURE GAUGE , SG9792063013_DU RTD 3WR , SG9792032037_THERMOWELL , SG9792032010_THERMOWELL
Closing Soon15 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n97113d|feb|717-605-2172|jennifer.l.henry73.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@us.navy.mil| note For Contractor/administrative Contracting Officer|3|||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (jan 2025)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| government Source Inspection Per Far 52.246-2 Is Required. delivery_______90________days. 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 Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methodsuch As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Valve,pressure,gas . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Valve,pressure,gas Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n: Ta770-05-05-r Valve, Pressure Mfg. Agm Container Controls Cage Code (08992); . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine if The Item Meets The Minimum Requirements Of This Contract/purchase Order. p/n Ta770-05-05-r Valve, Pressure Mfg. Agm Container Controls Inccage Code(08992)
Closing Soon13 Mar 2025
Tender AmountRefer Documents 

City of Lyon Tender

Services
Others
France
Description: France – Repair And Maintenance Services For Pumps, Valves, Taps And Metal Containers And Machinery – Matériels Et Prestations De Maintenance Pour Le Traitement De L'eau Des Piscines
Closing Soon14 Mar 2025
Tender AmountEUR 400 K (USD 431.5 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n791.03|lpe|564-230-2148|mackenzie.cannataro.civ@us.navy.mil| commercial Item Procurement Notice - Award|4|x|||| commercial Product Procurement Notice|5||x|x||| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo||tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Philadelphia| firm Fixed Price Repair Purchase Orders|1|| equal Opportunity (sep 2016)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (jan 2025))|83|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (jan 2025))|16||||||||||||||||| offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (jan 2025)|12|336413|1250||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Purpose Of This Amendment Is To Make The Following Changes: 1. To Remove The Following Language: this Solicitation For A Spares Procurement Of A Commercial Off The Shelf (cots)item For The P8 Aircraft. the Government Intends To Make A Single Award To The Eligible, Responsible Quoter Whose Quote Is Technically Acceptable And Which Is Determined Most Advantageous To The Government, Delivery And Price Considered. offerors Must Submit Separate Firm Fixed Unit Prices For The Following Two Repair Categories: standard Repair major Repair, To Include A Squib Replacement the Resultant Award Will Include Two Subclins, One For Standard Repair And One For Major Repair. Quantities May Be Moved Between Subclins After Award Depending On Which Type Of Repair Each Individual Asset Requires. 2. To Add The Following Language: this Solicitation Is For The Repair Of A Commercial Off The Shelf (cots) Item For The P8 Aircraft. the Government Intends To Make A Single Award To The Eligible, Responsible Quoter Whose Quote Is Technically Acceptable And Is Determined To Be The Most Advantageous To The Government. The Following Evaluation Factors, Repair Turnaround Time (rtat) And Price Will Be Evaluated. However, Rtat Is More Important Than Price. offerors Must Submit Separate Firm Fixed Unit Prices For The Following Two Repair Categories: standard Repair overhaul the Resultant Award Will Include Two Subclins, One For Standard Repair And One For Overhaul. Quantities May Be Moved Between Subclins After Award Depending Onwhich Type Of Repair Each Individual Asset Requires. niin 01-578-6571 Requires Mandatory Overhaul After 5 Years From The Last Hydrostatic Test. If 5 Years Has Passed Since A Unit's Last Hydrostatic Test, Unit Must Be Overhauled In Accordance With Applicable Component Maintenance Manual. Overhaul Of This Item includes A Fill Valve Replacement And May Require Replacement Of One Or Both Squibs. Contractor Is To Consider All Scenarios When Determining Rtat And Price. Each Fire Extinguisher Shall Be Delivered To The Usn With Squibs Installed . Squibs Shall Have No Less than 4 Years Life Remaining In Completion Of Overhaul. Contractor Shall Update Scheduled Removal Component Card In Accordance With Cnafinst4790.2c. 3. Required Rtat For Standard Repair Is 69 Days From Induction Of Asset. Required Rtat For Overhaul Is 270 Days From Induction Of Asset. 4. The Solicitation Closing Date Is Hereby Extended To 11 March 2025. this Solicitation For A Spares Procurement Of A Commercial Off The Shelf(cots) Item For The P8 Aircraft. this Solicitation Will Be Using Competitive Procedures. the Government Intends To Make A Single Award To The Eligible, Responsible Quoter Whose Quote Is Technically Acceptable And Which Is Determined Most Advantageous To The Government, Delivery And Price Considered. offerors Must Submit Separate Firm Fixed Unit Pricing For The Following Two Repair Categories: standard Repair major Repair, To Include A Squib Replacement the Resultant Award Will Include Two Subclins, One For Standard Repair And One For Major Repair. Quantities May Be Moved Between Subclins After Award Depending On Which Type Of Repair Each Individual Asset Requires. the Quotes May Be Emailed To The Below Address And Must Be Received By 04:30pm Est On The Closing Date, Listed In Block 10 On Page 1 Of This Solicitation: mackenzie.cannataro.civ@us.navy.mil quotes Received After The Closing Date Are Considered To Be Late And Will Not Be Considered For Award. this Requirement Can Only Be Repaired From Original Equipment Manufacturer (oem), Aircraft Prime, Or Suppliers Provide Federal Aviation Administration (faa)-certified Parts Which Possess An Faa Authorized Released Certificate, Faaform 8130-3 Airworthy Approval tag From Certified Repair Stations Pursuant To 14 Cfr Part 14. 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 Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. early And Incremental Deliveries Accepted. Addendum To Far 52.212-4 Contract Terms And Conditions commercial Items in Addition To Paragraph (a), "inspection And Acceptance", Add The Following: 1. The Contractor Shall Provide Notification To The Government Of All Proposed Engineering Changes That Effect Components Managed Under This Contract. No Changes Shall Be Made Without Written Authorization From The Government For Any Change Which Will Or May affect: a) Interchangeability, Performance, Weight, Safety, Reliability, Service Life, Fit, Form, Function, And Maintainability; Or b) Federal Aviation Administration (faa) Type Certification c) Require Part Re-identification For Any Reason 2. The Change Notification Shall Include At A Minimum The Affected Parts Number(s) And A Required Approval Date In Order To Maintain Current Contractual Performance Requirements. The Contractor Shall Make Available To The Government Any Commercially Available change Documentation Such As Service Bulletins Or Original Equipment Manufacturer Product Line Change Notifications. repair Turnaround Time (rtat) Definition: The Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor's Facility As Reflected In Theaction Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth Regular Business Day After Receiptand The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. the Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In The Subsequent Contract. required Rtat: 69 Days After Receipt Of Asset throughput Constraint: Contractor Must Provide A Throughput Constraint For Eachnsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences X/month (contractor Fill In #). A Throughput Of ##____ Per Month Reflects No Throughput Constraint. induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer. reconciliation:a Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Inducted Under The Subsequent Contract. The Parties Have Agreed To A Price (shown On The Schedule Page) For Each Unit At The Negotiated Rtat. Such prices Are Based On The Contractor Meeting The Rtat Requirements Described Within The Schedule Page. If The Contractor Does Not Meet The Applicable Rtat Requirement, Consideration Will Be Assessed And Subject To Negotiation. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 2. Applicable Documents - Not Applicable 3. Requirements 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: extinguisher,fire,a ;33700002; P/n, ;0rh 1680 015786571 P8; Nsn, ;as Required; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. extinguisher,fire,a ;pacific Scientific; Company Name , ;simi Valley, Ca.; Address , ;(05167); Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Soon11 Mar 2025
Tender AmountRefer Documents 

BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA BUSCA Tender

Civil And Construction...+1Civil Works Others
Turkey
Description: Purchase of Subscriber Connection Sets, Pipe Repair Materials, Coupling Fittings, HDPE Pipe Fittings, Gate Valves and Ball Valves in Various Sizes and Galvanized Fittings in Various Sizes in 2025
Closing Soon12 Mar 2025
Tender AmountRefer Documents 

Dubai Municipality Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United Arab Emirates
Description: 1: [120-67875] Control Valve Operating Lever(hi-stand) Ey44161 - 12 Ea
Closing Soon10 Mar 2025
Tender AmountRefer Documents 

Ministry Of Defence Tender

Goods
Furnitures and Fixtures
GEM
Corrigendum : Corrigendum Added
India
Description: CATEGORY: Closet , 18 inchx16 inch WASH Basin Set White , 6 inch CI Sluice Valve Spindle Rod and Nut Brass Kranti Make , 3inch PVC Pipe Finolex or Ashirvad , 1 inch PVC Pipe Finolex or Ashirvad , Mukkal inch PVC Pipe Finolex or Ashirvad , E.W.C Seat Cover PVC Parryware , 1 inch Gate Valve , 1inch Ball Valve PVC , 1inch Ball Valve Brass , Half inch Health Faucet Steel , Half inch Health Faucet PVC , Renderock Plug Cement 5 Kg , Mukkal inch x3 inch Pipe Nipple , Half inch Brass Ball Valve , Half inch x6 inch Pipe Nipple , Mukkal inch PVC Tap , Mukkal inch PVC FTA , 2 inch GI Green Hose Nipple , 2 inch CI Thread Type Foot Valve Kirloskar , 2 inch GI Bend and Coupling , 3 inch GI Green Hose Nipple , 3 inch CI Thread Type Foot Valve Make Kirloskar , 3 inch GI Tee Coupling Make Unick , 3 x1 Feet GI Pipe Nipple , 3 inchx4 inch Long GI Pipe Nipple , 3 inch Thread Type UPVC Ball Valve , 3inch Green Hose , 20 and 40W Kirloskar Oil , 41A Fenner Belt , 42A Fenner Belt , 20HP BCH Control Panel 3 Phase 440 V 50HZ , 1.5 HP BCH Control Panel 1 Phase 220V 50Hz , 4 inch Foot Valve Leather Kohinoor , 3 inch Sluice Valve CI MAKE Kirloskar , 3 HP 3 Phase Open Well Submersible Motor Pump , 3 HP 3 Phase 440 V AC Control Panel , Bleaching Powder , 3 inch Sluice Valve with Flange Both Side make Kirlosakar CI , 4 Sluice Valve with Flange Both Side make Kirloskar CI , 2 inch x Half inch Bold and Nut with Washer , 3 inch x Half inch Bold and Nuts with Washer , 2 inch x Mukkal inch SS Bold and Nuts , 7 .16 Copper Wire Single Stand make Orbit 90 m , 3 inch x1 feet GI Pipe Nipple , 4 inch x1 feet Gi Pipe Nipple , 18 inch Wash Basin Full Set Parryware Company , 4inch PVC Cowl , Mukkal inch X Half inch Reducer Elbow Threaded , Mukkal inch GI Clamp Set SP , 1 inch x Mukkal inch PVC Tee , Mukkal inchx Half inch PVC Reducer Threaded , Mukkal inch PVC Pipe , 1 Half inch PVC Pipe , 1 Half inch PVC Elbow , 1 Half inch Clamp Set Sp , 1 inch x Mukkal inch UPVC Tee , Mukkal inch x Half inch UPVC Reducer Threaded , Half inch Steel Tap , Half inch Angle Stop Cock , UPVC Solution 50ml , 1 inch PVC PIPE Finolex 6Kg Cm , 1 inch PVC Coupling , 1 inch PVC End Cup , 1inch GI Bend , 1 inch Gi Gate valve Gun Metal , 1 inch PVC FTA , 1inch PVC Elbow , 1 inch PVC Bend , 1 inch x Mukkal inch PVC Reducer , 1inch PVC Tee , Mukkal inch PVC Ball Valve , Mukkal inch PVC Pipe Finolex 6Kg cm , Mukkal inch PVC Hose Green , 1 inch PVC Pipe , 1 inch x Half PVC Reducer Threaded Elbow , Half inch x 6 inch GI Pipe Nipple , Mukkal inch Hose Clamp Steel , 1 inch GI Clamp , 1 inch Concrete Nails , High Pressure Washer with Hose Pipe , Mukkal inch PVC Threaded Type Ball Valve Heavy , Mukkal inch pvc Paste Type Ball Valve , Mukkal inch x 3 inch GI Pipe Nipple , Mukkal inch x Half inch Threaded Type UPVC Tee , Mukkal inch x Mukkal inch Threaded type UPVC Tee , 4Sq mm 3 Core Flat Cable Make Finolex Copper Wire , 1 inch PVC Hose , PVC BIB Cock , 2 Inch Suction Hose 30 mtr 7 rolls , PP Connector , 7307 Hose Clamp SS , Kirloskar 1.8KW 2.5 HP MODEL 1800BW
Closing Date7 Mar 2025
Tender AmountRefer Documents 
3131-3140 of 3767 active Tenders