Valve Tenders

Valve Tenders

Northern Railway - NR Tender

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

Public Health Engineering Department - PHED Tender

Works
Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
India
Description: Construction, Testing And Commissioning Of R.c.c. Elevated Service Reservoir Of 45 Kl Capacities & Staging 12 Mt. Including Providing And Fixing Of Ci Double Flange Pipe, Double Flange Specials & Di Double Flange Soft Seated Sluice Valve Including Construction Of Suitable R.c.c. Valve Chamber & Conducting Yield Test Of Tubewell & Installation Of 01 No. Electro Chlorinator, Providing Functional Household Tap Connection (f.h.t.c) In Individual Households Etc. Complete With Trial Run For 03 Months And Operation & Maintanance For 06 Months Under Retrofitting Village Of Piped Water Supply Scheme Under Jal Jeevan Mission For Village – Bharni, Block – Dhamdha , District – Durg . (second Call) (risk & Cast)
Closing Date17 Mar 2025
Tender AmountINR 1.2 Million (USD 14.3 K)

Eastern Railway - ER Tender

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

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Details: Nsn 7h-5811-015366259, Tdp Ver 002, Ref Nr 34053-001, Qty 21 Ea, Delivery Fob Origin. This Requirement Is For The Manufacture Of Qty 79 Ea,amplifier, Electrohy; Valve, Linear, Direct; Valve, Linear, Direct; Valve, Linear, Direct; Control-converter; Valve, Linear Direct; Valve, Linear, Direct Nsns:4820 012952442, 4820 014108012, 4810 014186453, 4820 014241202, 5811 015366259, 4810 015432088, 4820 015672305 P/ns 3189830-2, 21321-001, 52106-002, 21391-001, 34053-001, 3798354-1, 3798354-3 Iaw The Irpod/tdp. The Required Delivery Is 180 Days After The Date Of Contract. The Solicitation Number Is N00104-25-r-yb32. To Obtain A Copy Of The Solicitation, Conact The Contract Specialist Listed Below And Provide Your Cage Code. Taylor Fasching Email: Taylor.m.fasching.civ@us.navy.mil All Responsible Sources May Submit A Proposal Which Shall Be Considered If It Is Submitted With The Requirements Of The Solicitation. In Order For Your Offer To Be Considered, You Must Submit The Entire Rfq Completed And Signed, Prior To The Closing Date/time Listed On The Rfq. Neco Offers Will Not Be Accepted. Government Source Inspection Is Required. Technical Documents Associated With This Solicitation, Such As Drawings, Individual Repair Part Ordering Data (irpod), Strs, And Other Procurement Related Documents May Be Obtained At: Https://logistics.unnpp.gov This Website Requires A Password And Pre-registration. Please Contact The E-commerce Help Desk At 518-395-4357 To Register Or For Help Logging Into The Website. A Hard Copy Of The Irpod And/or Drawings Will Not Be Mailed To You. Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single Stock Point (dodssp) At Document Automation And Production Service (daps) In Philadalphia, Pa. Note: Pattern, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adoble Pdf Format From Assist-online At: Http://assist.dla.mil/online/start/ Documents Not Available For Downloading From Assist Can Be Ordered From Dodssp Using The Assist Shopping Wizard, After Establishing A Dodssp Customer Account By Following The Resigration Procedures Or By Phoning The Dodssp Special Assistance Desk At 215-737-8000. Users Not Having Access To The Internet May Contact The Dodssp Special Assistance Desk At 215-737-8000. One Or More Items Under This Acquisition May Be Subject To An Agreement On Government Procurement Approved And Implemented In The United Spates By The Trade Agreements Act Of 1979. All Offers Shall Be In The English Language And In U.s. Dollars. All Interested Suppliers May Submit An Offer. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within Forty-five Days (thirty Days If Award Is Issued Under An Existing Basic Ordering Agreement) After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. The Contracting Officer Has Established A 15 Day Solicitation Period For This Commercial Acquisition.
Closing Date5 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions...+1Machinery and Tools
United States
Details: Sources Sought Notice Only: This Notice Is For Planning Purposes Only And Does Not Constitute A Solicitation For Competitive Quotes And Is Not In Any Way A Commitment By The Government. The 55th Contracting Squadron, Offutt Air Force Base, Ne Is Seeking Potential Sources Capable Of Replacingseveral Miscellaneous Excel 5000 Series Controllers. Replacement Components Such As Valves, Actuators, And Sensors Shall Be Compatible With New Controllers. Database And Programming Information Shall Be Migrated From Old Units To New Units As Part Of This Project. The Bms (honeywell Ebi) Graphics Shall Be Updated. Further Information Can Be Found In The Draft Performance Work Statement (pws). Additionally, We Encourage Any Feedback Or Input Regarding The Pws And/ Or Requirement. all Interested Parties Who Believe They Can Meet The Requirements Identified Above Are Invited To Submit, In Writing, Information Describing Their Capabilities. At A Minimum, The Capabilities Packages Shall Include Information Regarding The Company’s Ability To Meet This Requirement, Qualifications, And Their Size Classification/socioeconomic Status (service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Women Owned Small Business, Hub Zone, 8(a), Small Business Or Large Business) As Defined In Far 52.219-1. The Naics Code For This Requirement Is 238210. The Small Business Size Standard Is $19m. the Information Received Because Of This Notice Is Solely For The Purpose Of Market Research. The Government Does Not Intend To Pay For Any Information Provided Under This Sources Sought Synopsis. If A Solicitation Is Issued It Will Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement.notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Until Funds Are Available. The Government Reserves The Right To Cancel The Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels The Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. send All Responses Via Email To Jose.buenaventura@us.af.mil And Austin.palrang@us.af.mil. Responses To This Sources Sought Notice Are Due By 1:00 Pm (cst) 14 November 2024.
Closing Date14 Nov 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

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

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| Inspection And Acceptance - Short Version|8|x||x|||||| Desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|2|347|clin 0001ab |2|347|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|tbd|w25g1u Qty 2; W62g2t Qty 2 |tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Equal Opportunity (sep 2016)|2||| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| Annual Representations And Certifications (jan 2025)|13|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be Issued By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To Issue Contractual Documents As Detailed Herein. 4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 6.any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,linear,direct . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,linear,direct Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 21140-001; 3.2 Marking - This Item Shall Be Physically Identified In Accordance With ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And Approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The Substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: Code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. Code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. Code 3: Part Not Furnished Separately - Use Assembly. Code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. Code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. Code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material Will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The Contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting Officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of Contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are Located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A Polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The Requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A Component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface Ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. E. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navsup-wss Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: Commanding Officer Navsup-wss Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Commanding Officer Navsup-wss Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of This Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information Contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: A... Approved For Public Release; Distribution Is Unlimited. B... Distribution Authorized To Us Governments Agencies Only. C... Distribution Authorized To Us Government Agencies And Their Contractors. D... Distribution Authorized To Dod And Dod Contractors Only. E... Distribution Authorized To Dod Components Only. F... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. X... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Closing Date14 Mar 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

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

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Description: 4810 Actuator Valve Assembly, 8 Inch Ips
Closing Date17 Dec 2025
Tender AmountRefer Documents 
3221-3230 of 3455 active Tenders