Valve Tenders

Valve Tenders

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|taylor Fasching, N741.9|gd0|see Email|taylor.m.fasching.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| desired And Required Time Of Delivery (june 1997)|29|001|21|180||||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| list Of Award Attachments|5|||||| 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 Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332919|750|||||||||||| type Of Contract (apr 1984)|1|firm-fixed| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Purpose Of This Amendment Is To Update The Following: the Closing Date For Quotes Is Hereby Extended To 19 March 2025. all Other Terms And Conditions Remain The Same. the Purpose Of This Amendment Is To Extend The Closing Date To 31 October 2024. all Other Terms And Conditions Remain The Same. the Purpose Of This Amendment Is To Extend The Closing Date For Quotes To 18 September 2024. all Other Terms And Conditions Remain The Same. this Solicitation Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. the Resultant Award Of This Buy Solicitation Will Be Issued Bilaterally, Requiring The Contractors Written Acceptance Prior To Execution. Verify Nomenclaturee, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. Unit Price:__________ Firm Total Price:__________ Firm Procurement Turnaround Time (ptat) :__________ Awardee Cage: __________ Inspection & Acceptance Cage, If Not At Source:__________ offerors Whose Company Size Is Greater Than The Size Standard For The Applicable Naics Infar52.204-8 Herein(750 Employees) Shall Submit A Small Business Subcontractingplan With Their Proposal, In Accordance With Far 52.219-9. in Accordance With Far 252.215-7009 The Proposal Must Include The Completed Proposal Adequecy Checklist. Proposals Submitted Via Neco Are Not Acceptable. Please Submit Proposal And Checklist Via Email To __________________________. \ 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 21825-001; 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 Date19 Mar 2025
Tender AmountRefer Documents 

Kuwait National Petroleum Company - KNPC Tender

Others
Kuwait
Description: Rfq#2133704_repair Of Gcv / Srv "valves"
Closing Date2 Apr 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others...+2Civil And Construction, Pipe Line Project
United States
Details: Statement Of Work (sow) uscgc Haddock fire Main Piping Repairs background: damaged Piping On Discharge Side Of Fire Main System. Damage Is Due To Corrosion And Has Created A Small Leak On Piping. Due To Level Of Corrosion A New Section Of Piping Will Need To Be Fabricated And Welded In Place. reference: coast Guard Drawings coast Guard Drawing 87 Wpb 521-001, Rev H, Firemain Piping. coast Guard Publications surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes scope Of Work: task Description: crop And Renew Approximately Three (3) Linear Feet Of 2-1/2” Fire Main Piping And Associated Fittings/flanges From The Discharge Side Of The Fire/bilge Pump To The Flange Of The 2-1/2” Wafer Check Valve. See Elevation 42-e And Firemain Piping Diagram On Sheet 2 Of Coast Guard Drawing 87 Wpb 521-001 For Guidance. requirements: piping Renewals. Using Coast Guard Drawings 87 Wpb 521-001 As Reference, The Contractor Must Perform All Repair Tasks Designated In Task Description. renew Any Valve Label Plate That Is Unreadable, Damaged, Broken, Lost, Etc., As Applicable With The Appropriate Valve Designation As Shown On The Applicable Compartment Check-off List As Designated By The Coast Guard Inspector. hydrostatic Test. After All Authorized Repairs, The Contractor Must Hydrostatically Test All New And Disturbed Welded Piping And Components Of The Seawater Cooling And Firemain System In Accordance With Sflc Std Spec 0740, Appendix C, Hydrostatic Test. Ensure Zero Leakage From Or Permanent Deformation Of Pressure-containing Parts By Repairing All Leaks, Deformations, And Discrepancies. Submit A Cfr. leak Test. After Completing All Authorized Mechanical (i.e. Threaded, Bolted, Etc.) Joint Repairs, The Contractor Must Test The Seawater Cooling And Firemain System's Operation Using The System Fluid At Normal Operating Pressure. Ensure Zero Visible Leakage From Or Deformation Of Mechanical Parts By Repairing All Leaks And Discrepancies. Submit A Cfr. operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr. touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs.) all Work Shall Be Accomplished With The Best Standard Practices, And By Workmen Thoroughly Experienced In The Required Trades. The Work Shall Be Supervised By Experienced Personnel And Shall Be Satisfactory To The Engineer Petty Officer. period Of Performance: contractor Shall Complete Repairs And Provide Deliverable Product Within 3 Weeks Of Contract Being Awarded. Approximate Dates To Begin Repair 01jul2024. place Of Performance: piping Has Been Removed By Ship’s Crew. Vendor Will Need To Have Adequate Facilities Or Equipment To Conduct Repairs With Piping Off Cutter. point Of Contact And Cutter Location: cpo Connor Green, 406-399-0209 uscgc Haddock (wpb-87347) 2710 N Harbor Dr san Diego, Ca 92101 phone: 406-399-0209 note: The Uscg/government Reserves The Right To Award On An All Or None Basis That Is The Government May Issue A Purchase Order (po) To The Offeror That Submits The Lowest Aggregate Price Rather Than Issue A Purchase Order To Each Offeror Based On The Lowest Quotation On Each Item. as Stated Below, The Provision At Far 52,212-2, Evaluation-commercial Items-applies With The Following Addenda: award Of A Contract Will Be Based On The Following Criteria: The Purchase Order Will Be Awarded As A Firm Fixed Price Contract Using Simplified Acquisition Procedures In Accordance With Far Part 13.5. 1. Please Provide Any Warranty Information. 2. Vendors Must Be Registered In Www.sam.gov the Uscg/government Intends To Award A Purchase Order Resulting From This Synopsis/solicitation To The Responsible Contractor Whose Quote Conformed To The Solicitation Which Will Be Most Advantageous And The Best Value To The Government, Price And Other Factors Considered. please Note: Interested Offerors Having The Expertise As Required Are Invited To Submit A Firm Fixed Price Quotation That Will Be Considered By The Agency. Quotations Must Be Submitted On Company Letterhead Stationery And Must Include The Following Information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered For Prompt Payment, (7) Company Unique Entity Id (uei) And Cage Code.. quotes Must Be Received No Later Than Thursday, June 27, 2024 At 09:00 A.m. Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent To Timothy Ford At Email Address – Timothy.s.ford@uscg.mil And Carbon Copy Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil . any Questions Or Concerns Regarding Any Aspect Of The Rfq Must Be Forwarded To The Contracting Officer, Cwo3 Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil And Carbon Copy Timothy Ford At Email Address Timothy.s.ford@uscg.mil . the Following Far Clauses And Provisions Apply To This Acquisition: far 52.212-1 - Instructions To Offerors - Commercial Items (oct 2018) far 52.212-2 - Evaluation - Commercial Items (oct 2014) Award Will Be Made To The Offeror Proposing The Best Value To The Government Considering Specification, Price, Past Performance And Quality. far 52.212-3 - Offeror Representations And Certifications - Commercial Items (oct 2018) To Include Alt I (oct 2014). Offeror Is To Complete The Annual Representations And Certification Electronically Via The System For Award Management (sam) Web Site Accessed Through Http://www.sam.gov . far 52.212-4 - Contract Terms And Conditions -commercial Items (oct 2018) With The Following Addenda's. far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (jan 2019) the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.252-2 - Clauses Incorporated By Reference (feb 1998), The Full Text Of The Clause May Be Accessed Electronically At Internet Address Http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (duns) Number Is The Primary Identifier In Far 52.204-7 - System For Award Management (oct 2018). contractors Are Located And Identified In Sam By Their Uei Number. To Facilitate Payment Via Electronic Funds Transfer - Sam, Contractors Should Be Registered In Sam. A Uei Number Can Be Obtained Via Www.dnb.com And Sam Registration Can Be Obtained Via Www.sam.gov. the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.222-3 - Convict Labor (jun 2003) far 52.222-19 - Child Labor Cooperation With Authorities And Remedies ((jan2020) (e.o.13126). far 52.222-21 - Prohibition Of Segregated Facilities (apr 2015) far 52.222-26 - Equal Opportunity (sep 2016) far 52.222-35 - Equal Opportunity For Veterans (jun 2020) (38u.s.c.4212). far 52.222-36 - Equal Opportunity For Workers With Disabilities (jun 2020) (29u.s.c.793). far 52.222-37 - Employment Reports On Veterans (jun 2020) (38u.s.c.4212). far 52.222-50 - Combating Trafficking In Persons (oct 2020) (22u.s.c.chapter78 And E.o. 13627). far 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) far 52.225-1 - Buy American Supplies (jan2021) (41u.s.c.chapter83). (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).far 52.232-33 - Payment By Electronic Funds Transfer - Systems For Award Management (oct 2018) far 52.233-3 - Protest After Award (aug 1996) far 52.233-4 - Applicable Law For Breach Of Contract Claim (oct 2004) *the Above/following Clauses Are Incorporated By Reference, Entire Clause(s) Available At Http://www.arnet.gov/far. notice To Offerors Concerning Representations And Certifications: this Solicitation Contains Far Clause 52.204-7, Central Contractor Registration And Far Provision 52.204-8, Annual Representations And Certifications. In Accordance With Far 4.1201 (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications Sam Accessed Via Https://www.acquisition.gov. Please Ensure Completion Prior To Submission Of Your Quote. Also Note That Paragraph (b) Of Far 52,204-8 Applies.
Closing Date27 Jun 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation Or A Request For Quotation (rfq) And No Contract Or Purchase Order Will Be Awarded From This Notice. There Is No Solicitation, Specifications Or Drawings Available At This Time. military Sealift Command (msc) Is Seeking Eligible Businesses For The Regular Overhaul And Dry Docking (roh/dd) Of The Usns Kanawha (t-ao 196) Commencing On Or About 15 March 2025 For A Period Of One Hundred One (101) Calendar Days. The Usns Kanawha Has An Overall Length Of 677 Ft 6 In, A Beam Of 97 Ft 6 In And A Draft Of 36ft. Work Is To Be Performed At The Contractor’s Facility On Or About The Above-mentioned Dates. Area Of Consideration Is East/gulf Coast. The Estimated Issue Date Of The Solicitation Is On Or About 15 August 2024. major Work Items Associated With This Availability Include: General Services For Ship, Clean And Gas Free Tanks, Voids, Weather Deck Non Skid Renewal, Tao187-csi-tank Deck Overhead Preservation, Tank Repairs From Abs Inspections, Cargo Tank Preservation, Tao187-swi-clean And Gas Free Tanks Voids Cofferdams And Spaces (single Hull Only), Ssdg Engine Service - Bergen (80k Hrs) (scsi), Replace Afff Weather Deck Piping - Zone 3, Heavy Oil Equipment Removal (talt 0852), Lifeboat And Davit Service And Inspection (5 Yr) (ccsi), Drydocking And Undocking The Vessel (2.5 Yr) (ccsi), Propeller Maintenance And Hub Replacement, Overhauling Sea Valves (5 Yr) (ccsi), Underwater Hull Cleaning And Painting - Spot Blast (5 Yr) (ccsi), Freeboard Preservation (2.5 Yr) (ccsi), Unrep Station No 6 Steel Repairs, Hp Air Flask Inspection And Preservation (15 Yr) (csi) after Issuance, Solicitation And Supporting Documents Will Be Made Available On The Sam Website Https://www.sam.gov, As Well As The Piee Module. All Small Businesses, Service-disabled Veteran-owned Small Businesses, Certified Hubzone And Certified 8(a) Small Businesses Are Encouraged To Respond. The Government Will Determine Whether A Set-aside Acquisition In Lieu Of Full And Open Competition Is In The Government’s Best Interest. This Office Anticipates Award Of A Contract On Or About 14 January 2025. The Appropriate Naics Code Is 336611. This Is A Market Research Tool Used To Determine The Availability And Adequacy Of Potential Small Business Sources Prior To Determining The Method Of Acquisition And Issuance Of An Award. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Sources Sought. It Is Requested That Interested Businesses Submit To The Contracting Office A Brief Capabilities Package Demonstrating Ability To Provide The Requested Items. This Document Shall Provide At A Minimum The Following: company Profile To Include Number Of Employees, Office Location(s), Duns Number, Cage Code And A Statement Regarding Small Business Designation the Facility Where The Work Will Be Performed partnership, Teaming, Joint-ventures Or Mentor Agreements With Any Large Businesses. submission Of A Capabilities Statement Is Not A Prerequisite To Any Future Offerings But Participation Will Assist The Government In Tailoring The Requirement To Be Consistent With Industry. responses Are Due No Later Than 05 July 2024 At 4:00 Pm Eastern Standard Time. Responses Shall Be Sent Via Email Directly To Marcin.krauze.civ@us.navy.mil. Mailed Submissions Of The Capabilities Package Will Not Be Accepted.
Closing Date5 Jul 2025
Tender AmountRefer Documents 

NUKLEARNA ELEKTRARNA KR KO D O O Tender

Others
Slovenia
Description: Valves 3/4" Sr For Primary Systems (rh,si,rc)
Closing Date20 Jun 2025
Tender AmountRefer Documents 

Company Of Agrarian Transformation S A , S M E , M P , TRAGSA Tender

Civil And Construction...+1Others
Spain
Description: Contracting of the supply of straight-through globe-type regulating valves actuated by an electric actuator financed with EAFRD funds for the Valdurrios pipeline project and electrification of the pumping stations in the irrigation zone of Sector Viiii of Monegros Ii (bujaraloz and Peñalba)
Closing Date6 Apr 2026
Tender AmountEUR 407.8 K (USD 424.2 K)

Company Of Agrarian Transformation S A , S M E , M P , TRAGSA Tender

Civil And Construction...+3Others, Construction Material, Machinery and Tools
Spain
Description: Supply of ball valves, sleeves, plugs, pressure gauges and padlocks for various works in the province of León, within the framework of the Recovery, Transformation and Resilience Plan financed by the European Union - Nextgenerationeu, to be awarded by simplified open procedure.
Closing Date6 Feb 2026
Tender AmountEUR 198.8 K (USD 206.8 K)

Company Of Agrarian Transformation S A , S M E , M P , TRAGSA Tender

Civil And Construction...+1Irrigation Work
Spain
Description: Supply of Gate Valves for the Work: “Updated Project for the Pumping Station and Irrigation Network of the Xi Sector of the Payuelos Subzone. Irrigable Area of the Riaño Reservoir, First Phase", To be Awarded By Simplified Open Procedure.
Closing Date6 Feb 2026
Tender AmountEUR 41.9 K (USD 43.6 K)

DEPT OF THE NAVY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|taylor Fasching, N741.9|n/a|see Email|taylor.m.fasching.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| desired And Required Time Of Delivery (june 1997)|29|001|52|930 Days After Award||||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|to Be Determined|n00104|to Be Determined|to Be Determined|see Schedule|to Be Determined|n/a|n/a|to Be Determined|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Workers With Disabilities (jun 2020)|2||| list Of Award Attachments|5|x||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332919|750|||||||||||| type Of Contract (apr 1984)|1|firm-fixed Price| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Purpose Of This Amendment Is To Update The Following: the Closing Date For Quotes Is Hereby Extended To 26 March 2025. far 252.215-7008 Is Hereby Removed From This Solicitation Only. far 252.225-7020 Is Hereby Removed From This Solicitation Only. far 252.225-7021 Is Hereby Removed From This Solicitation Only. far 252.225-7035 Is Hereby Removed From This Solicitation Only. far 252.225-7036 Is Hereby Removed From This Solicitation Only. far 252.225-7000 Is Hereby Incorporated Into This Solicitation Only. far 252.225-7001 Is Hereby Incorporated Into This Solicitation Only. all Other Terms And Conditions Remain The Same. the Purpose Of This Amendment Is To Complete The Following: the Closing Date For Quotes Is Hereby Updated To 02 January 2025. all Other Terms And Conditions Remain The Same. all Freight Is Fob Origin. the Resultant Award Of This Buy Solicitation Will Be Issued Bilaterally, Requiring The Contractors Written Acceptance Prior To Execution. Verify Nomenclaturee, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. Unit Price:__________ Firm Total Price:__________ Firm Procurement Turnaround Time (ptat) :__________ Awardee Cage: __________ offerors Whose Company Size Is Greater Than The Size Standard For The Applicable Naics In Far 52.204-8 Herein (750 Employees) Shall Submit A Small Business Subcontractingplan With Their Proposal, In Accordance With Far 52.219-9. in Accordance With Far 252.215-7009 The Proposal Must Include The Completedproposal Adequecy Checklist. Proposals Submitted Via Neco Are Not Acceptable.please Submit Proposal And Checklist Via Email Totaylor.m.fasching.civ@us.navy.mil 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 52120-001; 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 Date27 Mar 2025
Tender AmountRefer Documents 

Corporate Management Committee of Navantia S.A., S.M.E. Tender

Others
Spain
Description: The Object of this Tender is the Contracting, through Framework Agreement, Framework Agreement for the Supply of Ball and Ball Valves for the Avante 1800+ (phm) Project.
Closing Date6 Aug 2025
Tender AmountEUR 45 K (USD 46.8 K)
3691-3700 of 3816 active Tenders