Valve Tenders

Valve Tenders

Bokaro Power Supply Company Private Limited - BPSCL Tender

Goods
Machinery and Tools
GEM
Corrigendum : Corrigendum Added
India
Closing Date7 Oct 2024
Tender AmountRefer Documents 
Description: CATEGORY: Cat No 56400107075 PP Lined Weir Type Diaphragm Valve Size DN 50 mm , Cat No 56400107085 PP Lined Weir Type Diaphragm Valve Size DN 65 mm , Cat No 56400107125 PP Lined Weir Type Diaphragm Valve Size DN 150 mm , Cat No 56400107065 PP Lined Weir Type Diaphragm Valve Size DN 40 mm

U S COAST GUARD USA Tender

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

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Corrigendum : Closing Date Modified
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents 
Details: Schedule Of Contract Line Items And Prices/costs stl Jv Vamc Completion List Project in Accordance With The Request For Proposal, The Contract Drawings And Specifications And Amendments To Either, The Work Of Each Contract Line Item As Defined Herein In General Terms Includes, But Is Not Limited To, Provision Of All Labor, Materials, Tools, Equipment, Transportation, Management, Supervision, Quality Control And All Other Necessary Services And Performance Of All Construction Services And Incidental Related Work For Completion Of Fully Functional, Integrated And Operational Site Improvements. item No. 1: Add Electrical Power To Steam Manholes 4, 5, And 6 General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 1: $ __________________________ item No. 2: Reconnect/replace Ballard Lights At Fisher House. Investigate The Lighting Circuits And Restore The Operation Of The Exterior Bollard Lights Using New 36 Inch Tall Light Bollard And New Concrete Bases Where The Existing Bollard Are Located Around The Fisher House. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 2: $ __________________________ item No. 3: Replace Water Supply To Fisher House General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 3: $ __________________________ item No. 4: Reconnect/replace Ballard Lights At Fisher House General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 4: $ __________________________ item No. 5: Replace Watermain Dead Leg Southeast Of Building 1 And Item No. 10: Change The Direction Of The Fire Hydrant East Of The Building 53 Loading Dock General Construction: See Solicitation No. 36c10f24r0098 For Further Details. Item No. 5 & 10: $ __________________________ item No. 6: Add Toe Rail On All Handrail South Of Building 1 And Add New Handrail And Toe Rail North Of Building 56 General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 6: $ __________________________ item No. 7: Replace East Sidewalk South Of Building 1 That Does Not Meet Va Standards For Slope General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 7: $ __________________________ item No. 8: Replace Curb Islands On Either Side Of The Handicap Parking Spaces South Of Building 1 General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 8: $ __________________________ Item No. 9: Repair/regrade Asphalt Around Water Main Valve General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 9: $ __________________________ item No. 10: See Item No. 5 General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 10: $ __see Item No. 5___________ item No. 11: Clean Under Grate And Clean Silt Out Of High Voltage Electrical Manhole General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 11: $ _________________________ item No. 12: Add Photocell Pedestal Controller For B54 Exterior Lights General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 12: $ _________________________ item No. 13: Enlarge Mulch Area Or Install New Mulch Area Around Light Fixtures In The West Campus Areas General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 13: $ _________________________ item No. 14: Install New Metal Edging, Removed Existing Sod, And Install New Mulch Around Flag Pole Bases And Their Inground Light Bases General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 14: $ _________________________ item No. 15: Mill And Overlay Asphalt Pavement Approximately 660 Lf And Selectively Replace Deteriorated Concrete Curb And Gutter In This Location General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 15: $ _________________________ item No. 16: Remove Two Large Trees In The West Campus Area North Of The North Entrance Road General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 16: $ _________________________ item No. 17: Add Photocell Controller To The West Campus Area Exterior Lighting General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 17: $ _________________________ item No. 18: Provide 100 Customizable Memorial Pavers In The Existing Memorial Band Of Pavers In The West Campus Area General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 18: $ _________________________ item No. 19: Remove Vegetation Existing Aggregate Base And Install New Anti-vegetation Mat And Aggregate Base At The Top Of The Cast-in-place Retaining Wall General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 19: $ _________________________ item No. 20: Replace Existing Underground Steam Line And Condensate Lines Under The Asphalt At The Building 24 Loading Dock General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 20: $ _________________________ item No. 21: Excavate Steam Pipe Thrust Block On New Steam Manhole 5 And Steam Manhole 6, Take Compaction And Soil Bearing Measurements, Backfill And Restore Excavated Areas General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 21: $ _________________________ item No. 22: Construct Access Roadway/walkway Path To Existing Steam Manhole At The Southeast Corner Of Building 57 General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 22: $ _________________________ item No. 23: Not Used General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 23: $ ____note Used ____________ item No. 24: Install New Detector Loops And New Conduits And Restore Operations To The Building 57 Vehicle Double Gates General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 24: $ _________________________ item No. 25: Not Used General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 25: $ ____not Used _____________ item No. 26: Inside The Mechanical Room Remove Silt From The Pipe Chase Pit, Reseal The Two Steam Pipe Wall Penetrations From The Inside, Replace The Steam Pit Floor Drain Cover, Excavate The Stem Pipe Wall Penetrations From Outside Building 52 And Re-seal The Penetration From The Outside, Backfill And Restore The Excavation Area. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 26: $ _________________________ item No. 27: Add Galvanized Steel Support Brackets In The New Steam Manholes Under Each End Of The Center Lid Support Beam. Repair Concrete Where Cracked Around The Lid Center Beam Connect Points. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 27: $ _________________________ item No. 28: Replace Chilled Water Pipes In Chilled Water Pipe Manhole No. 25 Which Is North Of Building 23. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 28: $ _________________________ item No. 29: Demolish The Top Of Three Existing And Abandoned Steam Manholes To 24 Inches Below Existing Finish Grade, Abate And Remove The Steam Pipes In The Manholes To 1 Ft. Inside The Connecting Underground Pipe Chases, Fill The Openings With Cmu Block Walls, Fill The Now Empty Manhole With Clean Aggregate From The Bottom Of The Manhole To 24 Inches Below Finish Grade To Prevent Future Settlement, Backfill On Top Of The Clean Aggregate With Clean Dirt To 4 Inches Below Subgrade, Backfill With 4 Inches Of Tope Soil And Install Sod At Finish Grade. One Manhole Will Receive An Aggregate Base In Lieu Of Sod And Top Soil Where It Sets In An Existing Aggregate Parking Area. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 29: $ _________________________ item No. 30: Re-install 40 Lf Of Ornamental Railing In The West Campus Area To Correct An Alignment. The Ornamental Rail Will Be Cut Apart As Needed Raise 2=approximately 2.5 Inches And Rewelded And Repainted, Restored To Its Existing Finish. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 30: $ _________________________ item No. 31: Replace Concrete Pavement Around Light Pole At The Southeast Corner Of Building 25. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 31: $ _________________________ item No. 32: Remove Silt From Old Steam Manhole No. 3 At The Southeast Corner Of Building 75 And Add Block Enclosures Inside The Manhole To Prevent Silt From Entering The Manhole From The Connecting Underground Pipe Chases. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 32: $ _________________________ item No. 33: Replace The Inground Light Fixture At Monument Area With Matching Light Fixture Flush With The Adjacent Exposed Aggregate Finish. A Deviation In Elevation Of Greater Than 1/8 Inch Will Not Be Acceptable For The Top Of The New Inground Light Fixture. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 33: $ _________________________ item No. 34: Move Electrical Panels That Are Currently Inside The Chilled Water Manhole Side Of Manholes 13, And Inside Steam Manhole 15 From The Underground Manhole Vault To A New Exterior Electrical Panel On A New Exterior Concrete Slab. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 34: $ _________________________ item No. 35: Remove Two Existing Un-sued Light Pole Bases On The West Side Of Building 52. Remove The Concrete Base To A Depth Of 18 Inches Below Grade And Restore The Excavated Area With Clean Dirt, Topsoil And Seed And Straw. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 35: $ _________________________ item No. 36: Repair The Damaged Eifs Spots Along The South Side Of Building 1 And Repaint The Repaired Spots. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 36: $ _________________________ item No. 37: Not Used General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 37: $ _____not Used____________ item No. 38: Remove The Existing Wall Coating In The Rehab Pool And Connecting Hallway In Building 54 And Install A New Spray In Textured Wall Coating. Dye The Wall Coating To Patch The Existing Conditions Minus The Stripe Design. General Construction: See Solicitation No. 36c10f24r0098 For Further Details. item No. 38: $ _________________________ Grand Total: $_________________________

Gujarat State Electricity Corporation Limited - GSECL Tender

Works
Civil And Construction
Corrigendum : Closing Date Modified
India
Closing Soon6 Mar 2025
Tender AmountINR 8.7 Million (USD 100 K)
Description: Work Of Complete O/h Of Ms And Hrh Strainers, Hp And Ip Stop And Control Valves, Tg Bearings, H2 Seal Body, Crh And Extraction Nrv S And Mop Of 210mw Bhel Make, Kwu Design Tg Set Of Unit No 4, 5, 6 And 7 At Wtps On As And When Required Basis.

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents 
Description: Item: Valve, Linear Direct . Nsn: 4810-01-263-2541 . P/n: 731375. Qty: 73 Ea. Option: 100%. Fob: Dest. The Offer Due Date Is On Or About 13 March 2025 11:59pm Est (see Solicitation For Actual Due Date). The Solicitation Will Explain That The Drawings Are Inadequate To Enable Competitive Bidding. This Item Is Being Restricted To The Approved Source Which Is Eaton Aerospace (cage 62983) Or An Authorized Distributor. Only The Approved Sources And/or Distributors Will Be Considered On This Buy. If You Want To Become An Approved Source For Future Buys, Contact The Competition Management Office At This E-mail Address: Usarmy.detroit.tacom.mbx.lcmc-competition-management-office@mail.mil.

Rennes University Hospital Tender

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

U S COAST GUARD USA Tender

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

Oriental Mindoro Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 1.9 Million (USD 34.4 K)
Details: Description Republic Of The Philippines Provincial Government Of Oriental Mindoro Capitol Complex, Calapan City 5200, Oriental Mindoro Procurement Division Bids And Awards Committee For Goods And Services (1m And Above) Invitation To Bid Purchase Of Vehicle Parts And Accessories For Repair And Maintenance Of Various Provincial Heavy Equipment Ib No. Gsa 2025-03-020 1. The Provincial Government Of Oriental Mindoro, Through The General Fund Intends To Apply The Sum Of One Million Nine Hundred Ninety Nine Thousand Seven Hundred Twenty Eight Pesos Only (php 1,999,728.00) Being The Abc To Payments Under The Contract For Purchase Of Vehicle Parts And Accessories For Repair And Maintenance Of Various Provincial Heavy Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro – Procurement Division Goods And Services Section Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Seven (7) Calendar Days Upon Signing Of The Notice To Proceed. 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). Item No. Item Description Qty./unit 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 99 97 98 99 100 101 102 103 104 105 106 Dt # 01, Nissan Ud Pn: 2004-05-080-0108-8751 Oil Filter, D0-609 Oil Filter, D0-306 Fuel Filter Df-505 Relay W/ Socket 24v Dt # 02, Nissan Ud Pn: 1991-05-080-0134-8751 Gasket Maker Gasket Cement Oil Filter, D0-306 Fuel Filter Df-505 Temperature Gauge Oil Gauge Tint Radiator Overhaul Dt # 06, Isuzu 6bg1 Pn: 2000-06-010-0084-8751 Piston, Std. Cylinder Liner, Std. Dt # 08, Isuzu 6bg1 Pn: 2000-06-010-0083-8751 Tires W/ Inner Tube & Flap, 8.25 X 20 Rr Dt # 10, Isuzu 6bg1 Pn: 2011-05-080-0107-8751 Tires W/ Inner Tube & Flap, 8.25 X 16 Frt Sand Paper Dt #11, Isuzu 6bgi Pn: 2011-05-080-0105-8751 Cog Belt B-55 Wiper Motor Assy. 24v Flasher Relay Air Governor Dt # 12, Isuzu 6bg1 Pn: 2011-05-080-0106-8751 Battery 3smf Battery Terminal Tie Rod End Dt # 13, Hino W04d Pn: 2012-05-080-0104-8751 Oil Seal, Transmission Propeller Bolt Air Filter Dt # 14, Hino W04d Pn: 2012-05-080-0100-8751 Tint Dt # 15, Hino W04d Pn: 2012-05-080-0101-8751 Brake Hose Air Filter Air Brake Master Repair Dt # 16, Hino W04d Pn: 201205-080-0102-8751 Tires W/ Inner Tube & Flap, 8.25 X 16 Frt Rubber Cap 1-7/16” Rubber Cap 1-3/16” Sand Paper Brake Cleaner Hub Oil Seal Air Filter Dt # 18, Sinotruk Howo Pn: 2021-05-080-0089-8751 Wiper Blade 24” Wiper Blade 16” Qde White Qde Yellow Qde Blue Dt #21, Sinotruk Howo Pn: 2021-05-080-0090-8751 Tire Wrench W/ Handle 17x32 Air Horn 24v Dt # 22, Sinotruk Howo Pn: 2021-05-080-0086-8751 Tire Wrench W/ Handle 17x32 Towing Cable, 30mm X 6mtrs Dt # 23, Sinotruk Howo Pn: 2021-05-080-0094-8751 Qde White Thinner Masking Tape Spray Paint Dt # 24, Sinotruk Howo Pn: 2021-05-080-0091-8751 Mudguard Clearance Light 24v Electrical Tape Spray Paint Towing Cable, 30mm X 6mtrs Dt # 25, Sinotruk Howo Pn: 2021-05-080-0087-8751 Fuel Hose 1/2” Bonded Washer Hub Bolts Freon 134a Charging Dt # 30, Sinotruk Howo Pn: 2023-05-080-0006-8751 Tires W/ Inner Tube & Flap, 12.00 X 20 Rr Dt #31, Sinotruk Howo Pn: 2024-05-080-0006-8751 Mudguard Penetrating Fluid Isuzu 4bd1, Tadano Pn: 2015-05-080-0133-8751 Oil Treatment Silicon Oil Oil Filter C-506 Oil Filter C-513 Fuel Filter Fc-8607 Qde White Thinner Primer Gray Pl # 35, Tcm 830 Pn: 1997-05-080-0110-8751 Electrical Tape Toggle Switch Auto Wire #16 Door Glass Panel Pl # 38, Lonking Cdm863 Pn: 2024-05-080-0004-8751 Air Hose Air Cock Valve Pl # 39, Lon King Cdm863 Pn: 2024-05-080-0003-8751 Hose Clamp Relay W/ Socket Air Hose Bd # 1f, Komatsu D65a Pn: 2015-05-080-0116-8751 Starter Solenoid Switch Welding & Cutting Outfit Bd # 3f, Komatsu D65ex-16 Pn: 2019-05-080-0122-8751 Rear Cabin Windshield Side Door Glass Acetylene Refill Oxygen Refill Fuel Filter 600-311-3750 Bd # 10, Komatsu D65e Pn: 2010-05-080-0117-8751 Battery 2d Battery Terminal Temperature Gauge Auto Wire #16 Welding Cable Electrode Holder Welding & Cutting Outfit Alternator Assy. 24v Fuel Filter P2299 Rg # 3c, Komatsu Gd313 Pn: 2015-05-080-0127-8751 Feed Pump Sand Paper Inner Tube 10.00 X 20 Horn 24v Relay W/ Socket 24v Auto Wire #16 Rg #08, Komatsu Gd511a Pn: 2012-05-080-0123-8751 Radiator Overhaul Rr # 1e, Sakai Pn: 2012-05-080-0130-8751 Radiator Overhaul Pm # 15, Hino 700 Profia Pn: 2020-05-080-0131-8751 Diaphragm T30 Brake Lining X-x-x 1 Pc 2 Pcs 1 Pc 1 Pc 1 Pc 1 Pc 2 Pcs 2 Pcs 1 Pc 1 Pc 1 Set 1 Set 1 Set 4 Pcs 2 Pcs 6 Pcs 2 Pcs 1 Pc 1 Pc 1 Pc 2 Pcs 2 Pcs 1 Set 1 Pc 4 Pcs 1 Pc 1 Set 1 Pc 1 Pc 2 Pcs 8 Pcs 4 Pcs 3 Pcs 1 Pc 2 Pcs 1 Pc 1 Pc 1 Pc 1 Gal 1 Ltr 1 Ltr 1 Pc 1 Set 1 Pc 1 Pc 1 Gal 1 Gal 3 Pcs 8 Pcs 8 Ft 8 Pcs 1 Pc 6 Pcs 1 Pc 8 Pcs 12 Pcs 4 Pcs 8 Pcs 20 Ft 1 Pc 2 Pcs 5 Pcs 1 Pc 1 Pc 1 Pc 3 Gal 2 Gal 1 Itr 1 Pc 1 Pc 20 Mtrs 1 Pc 7 Mtrs 2 Pcs 2 Pcs 1 Set 5 Mtrs 1 Pc 1 Set 1 Pc 1 Pc 2 Tanks 4 Tanks 2 Pcs 2 Pcs 4 Pcs 1 Pc 10 Mtrs 15 Mtrs 2 Pcs 1 Set 1 Pc 2 Pcs 1 Pc 1 Pc 1 Pc 1 Set 1 Pc 5 Mtrs 3 Pcs 2 Pcs 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) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Activities Schedule Advertisement/posting Of Ib February 20, 2025  Bulletin Board Of The Pgom February 20, 2025  Pgom Website – Www.ormindoro.gov.ph February 20, 2025  Geps Website – Www.philgeps.net February 20, 2025 Issuance Of Bidding Documents February 20, 2025 To March 11, 2025 Pre-bid Conference February 27, 2025 At 10:00 Am Ppeso Conference Room Deadline Of Submission Of Bids March 11, 2025 At 9:30 Am At Ppeso Conference Room Opening Of Bids In Sealed Envelope March 11, 2025 At 10:00 Am At Ppeso Conference Room A) Eligibility Requirements And Technical Proposal March 11, 2025 At 10:00 Am At Ppeso Conference Room B) Financial Proposal March 11, 2025 At 10:00 Am At Ppeso Conference Room 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 To March 11, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section Will Hold A Pre-bid Conference On February 27, 2025 At 10:00am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Procurement Division Goods And Services Section, On Or Before March 11, 2025 At 9:30 Am. 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 11, 2025 At 10:00 Am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Pgom – Procurement Division Goods And Services Section 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. For Further Information, Please Refer To: Marissa O. Acuzar Bac For Goods And Services Provincial Capitol Complex Camilmil, Calapan City Oriental Mindoro 5200 Antonio M. Magnaye, Jr. Bac Chairperson

TERMOELEKTRARNA O TANJ D O O Tender

Slovenia
Closing Date25 Jul 2025
Tender AmountRefer Documents 
Description: Supply of Goods and Performance of Services During the Overhaul of Block 6: Batch 3 Inspection, Rehabilitation and Adjustment of B&r Valves

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|n792.06|g5k|215-697-0275|patrick.j.horan23.civ@us.navy.mil|||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type ||tbd|n00383|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitation Of Liability--high-value Items (feb 1997)|1|| alternate A, Annual Representations And Certifications (nov 2023)|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 (may 2024)|12|332439|600||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| only Offers Submitted In Response To This Amendment Will Be Considered For Award. soliciation Close Date Extended To 3/21/25. \ the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. In Addition To Price, The Following non-price Evaluation Factor Shall Be Used To Evaluate Offers And Are Listed In Descending Order Of Importance. relevant Past Performance technical Capability the Non-price Evaluation Factors, When Combined, Are Significantly More Important Than Price. There Are No Subfactors. the Government Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources Including Sources Outside Of The Government. Offerors Lacking Relevant Past Performance History Will Not Be Evaluated Favorably Or unfavorably On Past Performance. The Government Will Consider The Quality Of An Offeror's Relevant Past Performance. This Consideration Is Separate And Distinct From The Contracting Officer's Responsibility Determination. The Assessment Of The Offeror's R relevant Past Performance Will Be Used As A Means Of Evaluating The Relative Risk Of The Offeror And Other Competitors In Successfully Meet The Requirements Of The Rfp. In Determining The Rating For The Past Performance Evaluation Factor, The Government Will Give Greater Consideration To The Contracts Which The Government Feels Are Most Relevant To The Rfp. the Government Reserves The Right To Award The Contract To Other Than The Lowest Priced Offeror. page Limitation-excluding The Cover Page, Table Of Contents, Past Performance Project Forms The Technical Capability Proposal Is Limited To Fifteen (25) Pages In At Least 11pt. Font And 1" Margins. Pages In Excess Of This Limitation Will Not Be Evaluated. The pages Excluded From Evaluation Will Be At The Discretion Of The Agency. contractors Are Informed That It Is The Government's Desire To Make Award On Initial Proposals When Deemed Possible By The Contracting Officer, However The Government Reserves The Right To Communicate And/or Negotiate With Offerors If Later Determined Necessary. none Price Proposal (all Non-price Factors) -the Contractor Is Required To Submit The Following Non-price Information: 1. Relevant Past Performance: the Contractor Is Provided An Opportunity To Demonstrate Relevant Past Performance On Contracts Currently Being Performed Or Performed Within The Past Three (3) Years. The Government Will Determine Relevance By Analyzing The Scope And Magnitude Of The Reference contracts And Comparing Them To The Instant Requirement. The Government Reserves The Right To Evaluate Submitted Projects Individually Or In The Aggregate In Order To Determine Relevance And Will Do So Consistently Across All Evaluated Offers. The Government will Consider The Quality Of The Contractor's Relevant Past Performance. reference Contracts: A. The Contractor May Submit Up To A Maximum Of Three (3) Contracts For Evaluation. The Government Reserves The Right To Obtain Information From Sources Other Than Those Identified By The Contractor. 2. Technical Capability the Government Desires That Offerors Demonstrate Technical Capability To Satisfy The Government's Requirements. The Offeror's Response Will Be Evaluated To Determine Whether Its Response Poses Risk To Performance Or Whether It Will Result In Better Value To The government. In Response To This Evaluation Factor, Offerors Shall Address Its Manufacturing Equipment; Inspection Method Sheets; Incoming Inspection Sheets; Process Sheets; Quality System Compliance; Welding Certification. in Responding To The Above Areas Of The Technical Capability Factor, It Is Incumbent Upon The Offeror Provide A Level Of Detail The Demonstrates To The Government's Satisfaction That The Offeror Has The Technical Capability To Perform The Requirement. If The proposal Lacks Sufficient Detail, It May Result In The Government Assessing Risk In The Proposal. While There Is No Prescribed Method For Demonstrating Technical Capability, The Below Are Items Of Interest To The Government That The Contractor May, At Its discretion, Address To Assist The Government In Gaining An Understanding Of The Offerors Technical Capability. Offerors Are Cautioned That While These Areas Of Interest Are Not Mandatory Elements That Are Required To Be Addressed, Failure To Address Them Or comparable Indicia Of Technical Capability, May Limit The Government's Understanding Of Technical Risk And Result In The Assignment Of Commensurate Risk. Offerors Are Also Notified That Some Of These Indicia Of Capability Are Overlapping, I.e., Two Or More May evidence The Same Facet Of Capability. certification Of Possession Or Access To The Following Equipment:for Aluminum And Steel Welded Containers, & Bladebox/riveted Construction 1.brake Press 2.extrusion Dies 3.cnc Machining Center(s) Capable Of Lathe And/or Milling Operations copies Of Inspection Method Sheets Used In-process And/or At Final Inspection copies Of Incoming Inspection Documents That Show Material Certificates Of Conformance, And If Applicable, Dimensional Conformance process/operation Sheets To Show Ability To Conform To Drawing Requirements In The Following Areas: Weld Preparation; Welding Procedure Specifications Production Lot Testing proof Of Compliance To Iso9001, And/or, As9100. applicable Up-to-date Welder Certifications Showing Highest-level Certification Obtained Aws D1.1 For Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 For Sheet Steel And Aws D1.6 For Stainless Steel. if The Offeror Address Any Or All Of The Above, Or Provides Comparable Indicia Of Capability, It Is Encouraged To Provide Supporting Evidence And Detail, Such As But Not Limited To Receipts, Certifications, Drawings, Test Results/ Logs, Maintenance Records, calibration Records, Inspection Reports, Audits, Etc. The Weigh Accorded To Supporting Evidence Will Be At The Discretion Of The Government. the Technical Capability Proposals Will Be Evaluated To Determine The Risk Of Unsuccessful Performance As Well As Relative Risk Compared To Other Offerors. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery 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. early And Incremental Deliveries Accepted And Preferred. \ 1. Scope 1.1 Due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;polyethylene; . 1.3 Manufacturing Process Is ;rotomolded; . 1.4 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;container Research Corporation; Drawing Number ( ;05259; ) ;434e001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.5 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.6 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 1.7 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;buyer Found On Page 1 Of The Contract; Or Code N241.10 2. Applicable Documents drawing Data=std-245 |05259| | |d| | | | drawing Data=std-314 |05259| | |d| | | | drawing Data=15930 |80132| | |a| | | | drawing Data=434b003 |05259| | |d| | | | drawing Data=434d002 |05259| | |d| | | | drawing Data=434e001 |05259| A| |d| | | | drawing Data=434e001 Dl |05259| | |d| | | | drawing Data=434e004 |05259| | |d| | | | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;buyer On Page 1 Of The Contract; Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First article. contact Code ;buyer On Page One; Or Code N241.10 To Arrange For First Article Test Location 4. Quality Assurance 4.1 100% Production Leak Tests. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Pressurizing Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic - Pressure Technique Of method 5009 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Pressure Setting Equal To 0.5 + 0.1-0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric Pressure) Shall Be Cause For Rejection. Any Deformation Of The Container Shell, While Pressurized, Which Is Greater Than Three Quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be cause For Rejection. Warning container May Explode Or Fasteners May Fail During This Test. Use Protective Barriers To Avoid Injury To Personnel. 100% Production Leak Tests. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Pressurizing Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic - Pressure Technique of Method 5009 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Pressure Setting Equal To 0.55 + 0.1-0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess of 0.025 Psig (adjusted For Changes In Temperature And Barometric Pressure) Shall Be Cause For Rejection. Any Deformation Of The Container Shell, While Pressurized, Which Is Greater Than Three Quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also be Cause For Rejection. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. Additionally, Cleaning Preparations Shall Be In Accordance With Mil-c-5541 And The Cleaning Paragraph Located In The Welding Requirements Section Of The Contract. 4.2 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.2.1 Dimensional Test (special) ;to Drawing (05259) 434e001 And Sub-drawings Is Applicable; 4.2.2 Requirements Of: ;to Drawing (05259) 434e001 And Sub-drawings Are Applicable.; 4.2.3 Form: ;applies; 4.2.4 Fit: ;applies; 4.2.5 Function ;applies; 4.2.6 Compliance With Drawing ( ;05259; ) ;434e001; , Revision ;latest; And Specifications Referenced Therein. 4.3 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.4 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.5 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;12000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.6 Disposition Of Fat Samples 4.6.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.6.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.7 Test Sample Coating Instructions 4.7.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative. 4.8 Fat Approval Criteria 4.8.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;434e001; ; , Revision ;latest; ; Within ;90; ; Calendar Days From The Date Of This Contract To The Government At ;contact Buyer On Page 1 nswc Indian Head Division, Detachment Picatinny; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;60; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;120; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. a Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.9 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _______________ Quantity:_______ After Date Of Contract:__________ 4.10 100% Production Leak Test. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. Each Container, Uninstrumented and Without Dummy Load, Shall Then Be Subjected To A Single 18 Inch Flat Drop. The Pneumatic-pressure Technique Of Method 5008 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Setting Equal To 0.5 + 0.1 - 0 Psig Shall Be used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure Over A 30 Minute Period That Exceeds 25% Of The Stabilized Pressure Shall Be Cause For Rejection; Tests Shall Be Conducted To Ascertain Sources Of Leaks and Corrective Action Taken. Any Deformation Of The Container Shell While Pressurized Which Is Greater Than Three-quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. Warning container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. sampling Per Ansi/asq Z1.4, Sample Plan S-2aql 1.0 (13 Pcs) accept 0, Reject 1.one (1) Rejection Will Require 100% Of The Shipment To Be Tested. A Lot Shall Consist Of Any Scheduled Shipment Quantity Under Contract. Representative Sampling Shall Be Used, I.e. The Samples Are To Be Selected At Random Throughout The lot.remove Either The Vortex Or Breather Valve And install A Suitable Airtight Fitting.draw A Vacuum On The Sample Container(s) To .025+/- 0.01 Psig.stabilize Vacuum Within Tolerance For A Minimum Of 15 Minutes, Then Disconnect The Vacuum Input And Test Monitor The Container For 15 Minutes.the Vacuum Should hold Within +/- 0.05 Psig At The End Of The 15 Minutes For The Container To Pass. testing Specifications For Cases: drop Test:fed-std-101c. Method 5007.1 Paragraph 6.3,procedure -a- Level -a-. procedure A Falling Dart Impact: Ata 300, Category I,general Requirements for Category I & Ii Reusable Containers Vibration (loose Cargo): fed-std-101c, Method Of 5019 Vibration (sweep):ata300, (jan 15th/96),which States In Appendix Ii, B4 Simulated Method 506.4, Procedure Ii Of 4.1.2 fed-std-101c Method 5009.1, Section 6.7.1. all Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable block 9: Statement B, Us Government, Naval Inventory Control Point block 14: When Navicp 02 Is Referenced In Distribution, Forward To The Navicp Code Cited On Block 10.a. On Page 1. block 3: Separate Reports Shall Be Provided For The Below Listed Subtitles And Shall Include Certification That All Vendors Performing These Processes Are Prime (oem) Approved Sources. In The Case Where Other Than The Oem's Specifications Are To Be Utilized, separate Certifications Are Required. block 12: First Submission To Be Made Upon Submission Of ;one; Testing Sample. ^ Block 14: Make Submission To ;code N241.15; .
3301-3310 of 3432 active Tenders