Valve Tenders

Valve Tenders

National Thermal Power Corporation Limited - NTPC Tender

Goods
Machinery and Tools
GEM
Corrigendum : Closing Date Modified
India
Closing Soon12 Feb 2025
Tender AmountRefer Documents 
Description: CATEGORY: M4525050084 - SPRING ADJUSTER BHEL , M4624356201 - COMPRESSION SCREW , M4725046031 - LOCKING PIN BHEL BOILER , M4725076201 - PILOT DISC ASSY 7506 BHEL BOILER 1538-VX , M4624057203 - LEVER PIN 31 BHEL 210MW , M4725026108 - SEAT BUSHING 7501 BOILER , M4725076052 - LOCK WASHER 7501 BHEL BOILER 1538-VX- 10W , M3799995810 - GASKET 29 BHEL GATE VALVE , M3799995811 - PACKING 30 BHEL VALVE , M4624057200 - STUD NUT 12 BHEL BOILER 210MW , M3799064030 - STEM 3608CH 80 NB BHEL GLOBE VALVE , M3799064613 - BULL RING GRAFOIL BHEL VALVE 2IN CL800 , M4624056180 - STEM DISC ASSY BOILER , M4624056017 - STEM DISC ASSY GLV 1 2IN HO CL1500 SW , M4624056167 - STEM DISC ASSY 1 2IN HO GLV 2500 CL , M4624056174 - STEM DISC ASSY GLV 1 2IN CLASS1500 MO , M4624056177 - STEM DISC ASSY GLV 2IN CLASS2500 HO , M4624056181 - STEM DISC ASSY GLV 1IN CLASS1500 MO , M4624056184 - STEM DISC ASSY GLV 1IN CLASS800 HO , M4624056857 - STEM DISC 7255995 , M4525050088 - UPPER ADJUSTING RING SV 1739WD BHEL , M4725076089 - STEM RETAINER 1538-VX , M4525050067 - STOP WASHER ELECTRAMATIC , M4624356272 - UPPER SPRING WASHER 13 , M4624356409 - LOWER SPRING WASHER , M4525050039 - TOP PLATE ASSY BHEL SAF VLV 1739-WD , M4525050040 - COVER PLATE ASSY SAF VLV 1739-WD

Bharat Heavy Electricals Limited - BHEL Tender

Goods
Machinery and Tools
GEM
Corrigendum : Closing Date Modified
India
Closing Soon7 Feb 2025
Tender AmountRefer Documents 
Description: CATEGORY: LFO SCREW PUMP and MOTOR ASSEMBLY , COMPLETE PUMP and MOTOR ASSEMBLY , COMPLETE CARTRIDGE ASSEMBLY , BEARINGS INCLUDING THAT OF MOTOR , MECHANICAL SEALS , SET OF O RINGS and SEALS , SET OF ALL TYPES OF BUSHES and SLEEVES , SET OF GASKETS , LDO PUMP RELF VLV COMPLETE WITHACCESSORI , SPARES PUMP FOR REFL VLV SPINDL and DISC , SPARES FOR RELIEF VALVE SET OF GASKET , SPARES FOR RELIEF VALVE SEALING RING , SPARES FOR RELIEF VALVE SPRINGS

Munitions India Limited - MIL Tender

Goods
Machinery and Tools
GEM
Corrigendum : Closing Date Modified
India
Closing Soon10 Feb 2025
Tender AmountRefer Documents 
Description: CATEGORY: VALVE SEAT , STOP PLATE , INLET VALVE ASSEMBLY , OIL FILTER , ELEMENT FILTER , GASKET SET , discharge valve assembly , UN LOADER ASSEMBLY

Southern Railway - SR Tender

Auction
Ireps
Corrigendum : Closing Date Modified
India
Closing Date19 Feb 2025
Tender AmountRefer Documents 
Description: Condemned Bg 8 Wheeler- Coaches With All Available Ferrous-non Ferrous-wooden Fittings Thereon But Excluding The Following Reclaimable Items-mechanical Rc Items-, (1) Buffer Plunger With Buffer Pads And Buffer Casings .( 2 ) Aluminum Water Tank (3) Distributor Valve Complete . Electrical Rc Items 1) All Type Of Batteries , Coach Numbers- 1) Sr Gs 986573 (2) Sr Wgscn 026261, (3) Sr Gs 996560 (4) Sr Demu/tc 14405 - [4 Coaches]. Ds8 No: 232873 Dt 17.06.24, Location: At Tondiarpet Marshalling Yard, Custodian: Sse/c&w/tnpm, Pl.no.98111061.note: At The Time Of Deivery Excluding Rc Items, Other Items Including Zero/low Value Items Like Rexin, Frp,resonal Foam Seats To Be Completely Cleared By Purchaser From The Location. 2) All Rc Items Should Be Handed Over To Custodian At Respective Location.(3). Rate Per Number Should Be Quoted (4) Cutting Permitted To Loadable Size Only. (5) Crane Loading Permitted. (6) Coaches Are In Grounded Condition...(7) Draw/hook And Screw Coupling Should Be Defaced Before Delivery. (8) In Sl N O .2 Bio Toilets, Regulators, Fans Removed.(9) Sl No. 1 & 3 Bio Toilets Salable.

DEPT OF THE NAVY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents 
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E.| 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|301|clin 0001ab |2|301|||||||||||||||||||||||| 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.||||| Warranty Of Data--basic (mar 2014)|2||| 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 (may 2024)|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 Inthe 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,assembly . 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. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. Drawing Data=1909993 |78062| -|1n |d|0001 | -|49998|0054747 Drawing Data=20863-001 |78062| C| |d|0001 | C|49998|1705700 Document Ref Data=mil-std-130 | | |k |000115|a| | | Document Ref Data=mil-i-45208 | | |a |810724|a| 1| | Document Ref Data=iso9001 | | | |010417|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,assembly Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 20863-001 ; 3.2 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130. 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 Spcc Contracting Officer Has Been 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, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The 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/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not Effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable. 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 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection System Acceptable To The Governmnet. The Inspection System Requirements Shall Be In Accordance With Mil-i-45208. 4.3 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. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During The Performance Of The Contract And For A Period Of Four Years 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.

INDIAN HEALTH SERVICE USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Solicitation Notice For Solicitation 75h701-25-r-00001 Pimc Mechanical Projects Hvac, Central Plant, & Isolation Rooms (phoenix, Az) A Construction Project Prepared In Accordance With Far Part 36. These Construction Services Are In Support Of The Indian Health Service (ihs). scope Of Work: The Project Includes Two (2) Projects On The Phoenix Indian Medical Center (pimc) Campus. It Is Anticipated That This Will Be Solicited As A Single Solicitation And Subsequently A Single Contract. These Projects Are Together Due To Similar Scope And Contractor Space Available On The Pimc Campus. pimc Mechanical Project 1 - Heating, Ventilation, & Air Condition – This Work Consists Of Alteration (level 2) Of The Hvac System For The Pediatric Clinic (building 12) And The Dental Clinic (building 239) At The Pimc. This Work Shall Be Performed In Two (2) Phases. pimc Mechanical Project 2 - Central Plant & Isolation Rooms central Plant (bldg 234) – This Work Consists Of The Replacement Of 18 Cooling Tower Valves, Autofill Diesel System, Heat Exchanger, And Medical Air System, Install A Dust Collection System. This Work Also Includes Installing A New Parking Canopy. main Hospital Building 3rd Floor, Isolation Rooms (bldg 233) – This Work Consists Of Above Ceiling Work To Replace Ductwork And Adjust Ceiling Grid And Lighting. This Work Shall Be Performed In Two (2) Phases. the Hvac And Isolation Room Work Will Require Infection Control Mitigation. (reference Clauses H.29and H.30). location Of Project: All Work Shall Be Performed At The Pimc, Which Is Located At 4212 N. 16th Street, Phoenix, Az, 85016. period Of Performance: Period Of Performance Is 170 Calendar Days From Date Of Notice Of Proceed. The Period Of Performance Is Exclusive Of The Submittals And Any Long Lead Materials. construction Magnitude: The Magnitude Of This Construction Project Is Anticipated To Be Between $1,000,000 And $5,000,000, In Accordance With Far 36.204(f). site Visit: A Site Visit Will Be Held On January 7, 2025 At 11:00 Am Mst (local Time). Please Confirm Attendance In Accordance With Clause L.8. Far 52.236-27 Site Visit (construction) (feb 1995) Alternate I (feb 1995). note: All Dates Are Subject To Change. See Solicitation For Official Dates, Times, And Locations Of Site Visits And Deadlines. contract Type: Indian Health Service Intends To Award A Single Firm Fixed Price (ffp) Contract In Support Of This Requirement. this Solicitation Will Be Procured As A Request For Proposal (rfp) In Accordance With Far Part 36 Procedures With Lowest Price Technically Acceptable (lpta) Evaluation Criteria. this Project Is Solicited As 100% Set Aside For Indian Small Business Economic Enterprise (isbee) Under North American Industry Classification System (naics) Code 236220, Commercial And Institutional Building Construction. The Associated Size Standard For This Procurement Is $45 Million. for The Purposes Of This Procurement, A Concern Is Considered A Small Business If Its Average Annual Revenue For The Last Five (5) Years Is Less Than $45 Million. For Information Concerning Naics And Sba Size Standards, Go To Http://www.sba.gov. registration In The System For Award Management (sam) Database Is Mandatory To Be Considered For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements Via The Internet At: Https://www.sam.gov. Contractors Are Encouraged To Complete Sam Registration As Soon As Possible; The Government May Not Delay Award For The Purpose Of Allowing A Contractor Additional Time To Register In Sam. it Is The Responsibility Of The Contractor To Check Https://www.sam.gov Frequently For Any Amendments Or Changes To The Solicitation. Hard Copy Documents Will Not Be Available – All Documents For Proposal Purposes Will Be Posted At The Website For Download By Interested Parties. amendment A00001 Issued 12/17/2024. amendment A00002 Issued 1/4/2025. amendment A00003 Issued 1/8/2025. amendment A00004 Issued 1/17/2025 amendment A00005 Issued 1/28/2025 amendment A00006 Issued 1/29/2025 amendment A00007 Issued 2/3/2025

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon14 Feb 2025
Tender AmountRefer Documents 
Description: 48--valve,actuator Assy, In Repair/modification Of

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date17 Dec 2025
Tender AmountRefer Documents 
Description: 4810 Actuator Valve Assembly, 8 Inch Ips

DEPT OF THE ARMY USA Tender

Food Products
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: U.s. Army Contracting Division, Natick Contracting Division, Request For Pre-proposal (rfpp) Also Known As A “concept Paper.” area Of Interest: Soldier Sustainment Directorate, Combat Feeding Division. Development Of Integrated Scalable Technology For Production At The Pon Fornutritionally Tailoredrations In Military Operating Environments. objective: The U.s. Army Contracting Command, Natick, Invites Preproposals Under Botaa 22-01 Per 10 U.s.c. 4022 To Develop Automated Biomanufacturing Technology For Nutritionally Tailored Rations At The Pon In Operational Environments. This Rfpp Follows The Sources Sought Announcement (w911qy-24-biomfg) On Sam.gov And Outlines Guidelines From The Devcom Sc Botaa 22-01. Submissions Are Non-binding, And The Government Will Not Cover Submission Cost. the U.s. Army Combat Capabilities Development Command Soldier Center (devcom Sc), Located In Natick, Massachusetts, Is Seeking Proposals On The Capabilities And Willingness Of Non-traditional Defense Contractors, Or Contractors Meeting One Of The Exceptions To A Non-traditional Defense Contractor As Identified In The Aforementioned Botaa. The Intent Of This Project Is To Design, Fabricate And Assemble An Automated Prototype For The Biosynthetic Production Of Foodstuffs At The Pon In Military Operating Environments With Minimum Resources. background: The Government (devcom Soldier Center) Is Seeking A Biotechnology Integrator To Design, Fabricate And Integrate Pon Food Biomanufacturing Technology Scaled For Mobile Application And Targeted For Use In Contested Military Operating Environments Where Resources, Manpower And Space Are Limited. An Industry Day Is Planned To Be Hosted On Ms Teams And A Meeting Invitation Will Be Sent To Respondents Requesting To Participate, Dates To Be Published In The Subject Announcement On Sam.gov. project Overview: The Effort Will Be Initiated With Incremental Funding To Support The Design And Review Of The Proposed Base Fermentation Process. The Design Shall Be Configured To Rapidly Produce Nutritional Biomass. It Is Desired That The Proposed Process Be Configured To Support Future Integration And Process Optimization To Ultimately Produce High Quality Protein, Fat, Carbohydrate, Fiber And Other Vitamins And Minerals That Provide Complete Nutrition. It Is Further Desired That The Proposed Design Fosters Technology Advancement Process Optimization To Achieve The Threshold/objective Parameters Outlined In The Biosynthetic Nutrition Performance Metrics Chart. Following Approval And Availability Of Funds, The Base Process Will Be Fabricated And Integrated Within A Target Demonstrational Platform. While The Offeror Is Encouraged To Propose A Suitable Platform Upon Which The Process Will Be Configured, A Military Asset/platform May Be Provided By The Government To Support The Effort. Incremental Advancement Of The Biosynthetic Process Efficiency And Process Automation Is Also Desired. The Scope Of The Effort Will Be Focused On Development Of A Modular, Mobile Demonstrational Capability To Produce Nutritional Products (e.g. Shake, Pudding, Bar And/or Jerky) At The Pon. The Project Will Initiate With Review And Approval Of A Base Design For A Modular, Scalable Fermentation Process That Provides Accelerated Production Of A Nutritional Biomass Product And Allows For Follow-on Development And Technology Insertion Of Pre- And Post-processing Capabilities. The Ultimate Goal Of This Biosynthetic Process Is To Efficiently Utilize In-place Resources (air, Water, Minerals) For Microbial Fermentation, Prioritizing Generally Recognized As Safe (gras) Bacteria, Yeast, Or Microalgae. The System Will Emphasize Food Safety, Flexibility, And Automation Of Nutritional Biomass Production In Military Operating Environments With Limited Supplies. project Requirements: 1. Pre-processing Technologies: Integrate Feedstocks From Ubiquitous Resources (e.g., Carbon And Nitrogen Compounds From Gaseous Effluents To Include Fuel-fired Generator Effluent, Water And Other In-place Resources) For Microbial Metabolism. Supplemental Processes (e.g., Yeast Lysate Production) Could Enhance Cell Mass And Product Formation. Inputs Must Be Safe, Non-flammable, And Meet Drinking Water Standards. 2. Integrated Biosynthetic Process: Design An Automated, Modular Bioprocessing System For Military Nutrition Production. While A Developmental/commercial Platform May Be Proposed, A Modular, Scalable Platform Capable Of Leveraging Existing Platforms (e.g., Jltv Trailer-mounted Shelter/container, Tricon Or Other Suitable Platform) Is Preferred And Must Have A Footprint Sufficient To Include “fermentors” For Microbial Cultures, Pre-processed Feedstocks, And External Inputs. Future Integration Of Advanced Pre- And Post-processing Technologies Is Required. Process Integration On A Mobile Military Or Commercial-equivalent Platform Represents The Desired Threshold Capability, While Optimized Integration Of A Modular Process Capable Of Alternate/selectable Process Outputs, Scaled For Integration On An Expandable Military Platform Is Desired. The Fermentation Bioprocess Must Yield A Microbial Biomass Product That Can Be Further Developed Through Follow-on Optimization And Ultimately Validated To Meet Food Safety, Acceptability And Military Nutrition Standards (army Regulation Ar40-25) And Could Be Further Processed With Post-processing Technologies Into A Ready-to-eat Shake, Pudding, Bar Or Jerky Product. 3. Process Automation And Safety Control: As The Technology Is Advanced, It Is Desired That Standardized Programmable Intelligent Computer (pic) Or Equivalent Non-proprietary Programmable Logic Controller Be Utilized To Regulate Bioprocess Control With Appropriate Process Feedback From Process Monitoring Equipment (e.g., Ph, Dissolved Oxygen, Temperature Probes, And Mass Flow Controllers, Automated Switches/valves And Pressure Regulators/relief Valves). Automation Will Handle Feed Adjustments, With Manual Overrides For Troubleshooting. Upon Delivery Of Process Equipment, Operating And Safety Procedures, To Include Sops And Maintenance Procedures Required For Safe Operation, And Maintenance Shall Be Included With The Equipment. 4. Sub-assembly, Automation, Integration & Testing: Develop, Integrate, And Test Individual Components, Like Pre-/post-processing Systems, Optimizing Functionality For The Entire Biomanufacturing Process. 5. Food Safety Validation: It Is Intended That The Initial Phase Of The Development And Integration Of The Biosynthetic Processes Be Based On Precision Fermentation Utilizing Gras Microbial Culture(s) And Minimal Media Feedstock. As The Technology Is Advanced, It Is Desired That Compliance With Food Safety/haccp Standards And Undesirable Microbial/biofilm/fungal/mold Activity And Pathogen Detection Techniques Be Considered. Operational And Safety Procedures Shall Be Developed To Maintain Food Safety And Operator Safety With Consideration For Occupational Health & Safety Administration (osha) Compliance As The Technology Is Advanced. 6. Streamlined Production: Optimize Fermentation Processes For Biomass Production Efficiency While Maintaining Operational Flexibility Within A Modular, Scalable Biosynthetic Process. 7. Prototype Delivery: Deliver A Fully Functional, Biosynthetic Processing System Ready For Testing. 8. Size, Weight, And Power (swap) Optimization: Design The Prototype To Meet Size, Weight, And Power (swap) Limitations. Provide Alternatives For Unmet Requirements. timeline: Development Timeline Is Contingent On Ota Award And Funding Availability. Notional Work Breakdown Structure (wbs) And Milestone Schedule (ms) Shall Be Submitted As Part Of Pre-proposal And Detailed Wbs / Ms With The Full Proposal If Requested. The Length Of The Ota Includes A Base Period Of Six Months And Three 12-month Option Periods. Proposed Options May Be Sequential, Or Overlap, If The Proposed Scope Is Justified And Does Not Pose Increased Risk To Successful Completion Of The Proposed Effort. The Total Period Of Performance For The Proposed Effort Is Not To Exceed 42 Months. submission Guidelines timeline:base Period: 6 Months. Options 1–3: 12 Months Each. Detailed Wbs/ims Required In Proposals. format:preproposals (max 3 Pages) Should Include: technology Description, High-level Wbs, And Relevant Qualifications. projected Technology Readiness Level (trl) At The Beginning Of The Proposed Effort And Projected Trl And Associated Manufacturing Readiness Level (mrl) At The End Of The Proposed Effort. subcontractor / Collaborative Partners culture And Media Description And Gras Status / Documentation research Involving Human Subject Or Animals progress And Data Reporting Schedule planned Demonstration(s) With Projected Site(s), Including Contractor Site cost Estimates (base Period And Options 1–3). deadline:cob 13 January 2025 email:peter.g.lavigne.civ@army.mil; Lyndon.s.jagroop.civ@army.mil subject:[responding Organization And Rfpp Title] ** Amendment 1 ** q: Isthe Money That Will Be Supporting This Ota Is 6.2 Or 6.3 Funding? A:the Funding Category Supporting This Ota Is 6.3 Technical Demonstration. ** Amendment 2 ** the Industry Day Event Is Currently On Hold And Will Be Rescheduled At A Future Date. ** Amendment 3 ** fair Opportunity Industry Day (foid) Will Be Held February 13, 2025 At 1300. Additional Details For The Foid Can Be Found In The Attached Notice.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Details: The Contractor Shall Furnish All Labor, Tools, Materials, And Equipment To Renovate Patient Short Stay Clinic. Work Includes, But Is Not Limited To, The Following: renovation Of Existing Patient Rooms, Specialty Procedure Rooms, Staff Areas, Storage Rooms, And Locker Rooms. Upgrading Physical Security Systems. Installation Of New Air Handler Unit, Air Terminal Unit Boxes, Ductwork, And Diffusers, And Control Valves. Testing, Adjusting, And Balancing Of The Entire Hvac, Data, And Water System, Including Air Handling Unit, Supply, Return, And Exhaust Systems.
3451-3460 of 3839 active Tenders