Valve Tenders

Valve Tenders

Armoured Vehicles Nigam Limited - AVNL Tender

Goods
Machinery and Tools
GEM
Corrigendum : Closing Date Modified
India
Closing Date12 Feb 2025
Tender AmountRefer Documents 
Description: CATEGORY: HEAVY DUTY RUNNING NIPPLE OF SIZE 3/4" X 4" LONG ALONGWITH 2 NOS, SUITABLE CHUCK NUTS. , HEAVY DUTY RUNNING NIPPLE OF SIZE 3/4" X 6" ALONGWITH 2 NOS SUITABLE CHUCK NUTS. , BRASS CHROMIUM PLATED PILLER COCK OF SIZE 15MM (1/2" ) FOAM TYPE-MAKE: PARRYWARE/JAQUAR/CERA/PRAYAG/CA , G. I. PIPE 2" (INCH) DIA 'C'-CLASS MAKE: TATA/ZINDAL. , SYNTHETIC METAL FLOAT VALVE OF SIZE 20 MM COMPLETE WITH PVC FLOAT, CHECK NUT ETC. CONFORMING TO I. S

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: $_________________________

Municipality Of Kumalarang, Zamboanga Del Sur Tender

Healthcare and Medicine
Corrigendum : Tender Amount Updated
Philippines
Closing Soon18 Feb 2025
Tender AmountPHP 1 Million (USD 17.5 K)
Details: Description 15 Box Mefenamic Acid Caps 250mg 80 Box Mefenamic Acid Caps 500mg 10 Box Tranexamic Acid Caps 500mg 100's 50 Box Amoxicillin Caps 250mg 200 Box Amoxicillin Caps 500mg 100 Btl Amoxicillin Drops 100mg/ml 10 Ml 200 Btl Amoxicillin Susp 250mg/5ml 60 Ml 3 Box Ampicillin 500mg Amp 10's 300 Btl Aluminum Magnesium Hydroxide Susp 60ml 15 Box Salbutamol S04+ipatroium Nebule 35's 3 Box Salbutamol Tabs 2mg 100's 40 Box Cefalexine Caps 500mg 100's 200 Btl Cetirizine Syrup 5mg/5ml 20 Box Cetirizine Tabs 10mg 100's 80 Box Losartan Tabs 50mg 100's 60 Box Metformin Tab 500mg 15 Box Metoclopramide Amp 40 Btl Metoclopramide Syrup 60ml 5 Box Metoclopramide Tabs 100's 5 Box Metronidazole Tab 100's 30 Btl Metronidazole Susp 250mg/5ml 60ml 200 Btl Multivitamins Syrup 60ml 40 Pad Multivitamins+iron Caps 100's 30 Box Vit. B Complex Tabs 100's 50 Box Oral Rehydration Salt 25's 300 Btl Paracetamol Drops 100mg/ml 15ml 400 Btl Paracetamol Syrup 250mg/5ml 60ml 30 Box Paracetamol 500mg/tab 5 Box Omeprazole Tabs 40mg 100's 5 Box Celecoxib Tabs 400mg 100's 5 Box Phytomenadione Amps 20's 4 Box Ranitidine Tabs 300mg 100's 5 Gal Isoprophyl Alcohol 70% 2 Liter Sterile Water For Irrigation 1l 4 Gal Distilled Water 500ml 3 Btl D50 Water 100ml 30 Box Phenylpropanolamine Tabs 100's 3 Box Cefuroxime Tabs 500mg 100's 2 Box Azithromycin Tabs 100's 30 Box Lagundi Tabs 600mg 100's 100 Btl Lagundi Syrup 60ml 20 Box Sambong Tabs 100's 20 Box N-acetylcystiene Powder Oral Sol 10's 20 Pc Tetracycline Ointment 3 Box Oxytocin 10 I.u/ml Amps 10's 30 Btl Simethicone 40mg/ml Drops 20 Pc Lubricating Gel 500ml 10 Btl Giemsa Stain 250mg 250ml 2 Pc Wbc Diluting Fluid 500ml 10 Gal Chlorine/bleach Disinfectant 15 Btl Co-amoxiclav 457 Mg/5ml Susp 5 Box Co-amoxiclav 625 Mg/tab 14's 3 Box Clonidine 75 Mcg/tab 100's 2 Gal Betadine 10 Box Hyoscine Tab 100's 10 Box Amlodipine Tabs 5mg 100's 3 Amp Atropine 1mg/ml 5 Amp Betamethasone 7mg Per Ampule 5mg/ml 3 Btl Dexamethasone 5mg Amp 10's 5 Amp Calcium Gluconate 10mg/amp 10 Box Diphenhydramine Tab 100's 2 Box Diphenhydramine 50mg/amp 2 Box Epinephrine 1mg/ml Amp. 10's 5 Box Hydralazine Amps 10's 50 Pcs Magnesium Sulphate 3 Btl Gentamicin 40mg Amp 10's 20 Btl Dental Anesthesia 20ml 3 Gal Lysol Solution 10 Btl Purified Chick Embryo Cell Culture Rabies Vaccine (pitman Moore Wistar Starin) Potency ≥2.5 Iu 10 Btl Anti-rabies Serum (equine) 200 Iu/ml (1000 Iu/5ml) 10 Btl Anti-tetanu Vaccine 1 Pack Activated Charcoal 10 Tube Silversufadiazine 10mg 5 Box D5lr 1000ml (euromed) 5 Box 0.9nacl 1000ml (euromed) 1 Pair Defibrillator Pads 10 Pack Underpad 10's 6 Roll Cotton 400g 1's 11 Box Safe-accu'l Blood Glucose Strip/sugar Si 50's 100 Pc Sputum Cups For Xpert The Screwed Cap(leak Free) 100 Pc Specimen Cups For Urine & Stool 20 Btl Micro Haematocrit Tubes (capillary Tubes) 10's 5 Pc Micro Haematocrit Tubes (capillary Tubes Sealer) 5 Box Urine Test Strips 4 Parameters 4sg 100's 3 Pcs Urinalysis Reagent Strips 10 Parameter 20 Pcs Urine Collector (infant) 2 Pack Applicator Sticks 500's 2 Pc Hema Quick Stain Set For Rapid Staining Of Blood 20 Box Microscope Slides Clear Glass Ground 72's 1 Box Ns1 Ag Testing Kit 25's 20 Pc Test Tubes 10ml 4 Pc Test Tubes Brush 4 Box Sterile Lancet (single Use) 30g 200's 2 Pack Paper Towel/toilet Paper 175 Pulls 15 Pc Foley Cath F-16 20 Pc 02 Canulla 150 Pc Iv Cannula G-18 150 Pc Iv Cannula G-20 50 Pc Iv Cannula G-22 50 Pc Iv Cannula G-24 50 Pc Iv Cannula G-26 50 Pc Nasal Canulla (neonate) 50 Pc Nasal Canulla (pedia) 50 Pc Nasal Canulla (adult) 10 Box Disposable Syrine 1cc 100's 10 Box Syrine Insulin 1cc 100's 10 Box Disposable Syrine 3cc 100's 5 Box Chromic Catgut (3.0;cutting Edge) 12's 5 Box Chromic Catgut (2.0;round) 12's 10 Box Disposable Needle G26 100's 10 Box Gloves (sterile; # 6.5 And #7) 50's 10 Box Gloves (non-sterile; Medium) 100's 10 Box Clean Gloves Large (latex) 20 Pc Nebulizing Kit (pedia) 20 Pc Nebulizing Kit (adult) 20 Pc Oxygen Face Mask (pedia) 20 Pc Oxygen Face Mask (adult) 20 Pc Oxygen Face Mask Neonate 10 Box Surgical Face Mask 1 Set Bag Valve Mask Resuscitator With Rebreather Bag (adult 1set,pidea 1set & Infant 1set) 10 Pc Suction Catheter Fr.5 10 Pc Suction Catheter Fr.8 10 Pc Suction Catheter Fr.12 10 Pc Suction Catheter Fr.14 10 Pc Suction For Baby #10 1 Set Bp With Stethoscope (adult) 1 Set Bp With Stethoscope (newborn) 1 Set Bp With Stethoscope (pedia) 1 Set Otoscope 1 Set Glucometer With Strip 50 Pc Microset 200 Pc Macroset 5 Pc Soluset 1's 3 Box Cord Tie 2 Set Catheterization (adult) 3 Roll Plaster (non-hypoallergenic-big) 2" Or 3" 3 Roll Plaster (hypoallergenic-big) 2" Or 3" 2 Roll Hospital Gauze 1 Box Gauge Needle (19,20,21,23,25,26) 1 Unit Goose-neck Lamp (baby Warmer) 2 Pcs Thermometer (axilla) 2 Pcs Thermometer (thermogun With Battery) 2 Pcs Oximeter (adult) 2 Pcs Oximeter (pedia) 2 Doz Lampin 1 Unit Wheeled Baby Crib 2 Pc Baby Bath Tub 50 Pcs Tourniquet 19 Tank Oxygen Tank Refill 3 Pcs Oxygen Tank Regulator 2 Pcs Penlight With Battery 2 Pc Scalpel Blade #11 2 Pc Scalpel Blade #18 2 Pc Kelly Forceps Straight S.s 2 Pc Kelly Forceps Curve S.s 2 Pc Mosquito Forcep Straight 2 Pc Mosquito Forcep Curve 2 Pc Mayo Scissors Straight 2 Pc Mayo Scissors Curve 2 Pc Bandage Scissor 2 Pc Heavy Bandage Or Parademic Scissors 2 Pc Scalpel Handle 2 Pc Umbilical/cord Scissors 1 Box Surgical Needle 2 Pc Needle Holder 2 Pc Hartman Ear Forceps 2 Pc Ovum Forceps 2 Pc Tissue Forceps 2 Pc Kidney Basin 2 Pc Urinal (male) 2 Pc Bed Pan (female) 3 Set Beddings(foamed Bed, Pillow With Pillow Case & Blanket 5 Pc Towels (cotton) 5 Pc Disposable Emesis Bag 5 Pc Cold Packs 2 Box Alcohol Swabs 100's 2 Units Lab Jumpsuit/lab Gown (medium And Large) 2 Pc Full Peripheral Glasses/ Goggle / Face Shield 1 Dozen Wrap/blanket For Newborn 1 Pc Rigid Cervical Collars/neck Brace (small,medium,large) 1 Pc Firm Padding/ Commercial Head Immobilization Device 1 Pc Lower Extremity Traction Device 1 Set Upper & Lower Extremity Immobilization Device 5 Pc Resistant Straps Or Cravats 1 Set Sterile Dressing Set: 3pcs 10x30 Or Larger 3pcs Abds, 10x12 Or Larger 4pcs 4x4 Gauze Sponges 10 Pc Non-sterile Elastic Bandage 2 Pc Sterile Occlusive Dressing 3x8 Or Larger 2 Box Tongue Depressor

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

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon18 Feb 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specification Sections C And E.| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report ? Certifications Combo ? Receiving Report & Invoice ? Material ||tbd|n00104|tbd|tbd|n50286|tbd|||n/a|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| 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||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|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 Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Amendment Is Being Issued To Incorporate A New Tdp Version As Paragraph 3.2 Has Been Updated. all Previous Quotes That Were Submitted Are No Longer Valid. the Solicitation Closing Date Is Hereby Extended To 18 February 2024. \ the Closing Date Is Extended To 04 February 2025. 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2.drawings Can Be Accessed Thru: Beta.sam.gov. 3.navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. See Clause 252.213-7000. 4.portsmouth Nsy's Dodaac Has Changed From N00102 To N50286. Any Reference To N00102 Within This Order Should Be Updated To N50286. 5.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, End 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 Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Here In. 6.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (300 Days) \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 2. Applicable Documents 2.1 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 Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.2.3 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. drawing Data=eb-2000 |96169| C|sp |d|0001 | C|49998|0484385 drawing Data=4384678 |80064| C| |d|0001 | C|49998|1136401 drawing Data=4385049 |53711| D| |d|0001 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0002 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0003 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0004 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0005 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0006 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0007 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0008 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0009 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0010 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0011 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0012 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0013 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0014 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0015 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0016 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0017 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0018 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0019 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0020 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0021 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0022 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0023 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0024 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0025 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0026 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0027 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0028 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0029 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0030 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0031 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0032 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0033 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0034 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0035 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0036 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0037 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0038 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0039 | D|00026|0000000 drawing Data=4385049 |53711| D| |d|0040 | D|00026|0000000 document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a| 1| | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | 3. Requirements 3.1 ;seats For A Size 8-inch Ball Valve To Be In Accordance With Naval Ship Systems Command Drawing 4385049 Piece 3 Along With Naval Ship Systems Command General Notes Drawing 4384678, Except As Amplified Or Modified Herein.; 3.2 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise: part - ;seats (q3), Piece 3; material - Mc903 (type 6 Cast Nylon Produced With Polyepsilon Caprolactam By The Direct Polymerization Process) As Manufactured By The Polymer Corporation Or Equal In Accordance With Electric Boat Division Specification 2000. (properties Specified Below Only) item Property Test Method Value (a) Melting Point Astm E794 Or Astm D3418 221 Deg C +/- 9 (b) Relative Viscosity Astm D789 (notes 1 And 4) 2000 Minimum (c) Specific Gravity Astm D792 1.15-1.17 At 23 Deg C (d) Dimensional Change Notes 2 & 4 0.2% Maximum (e) Tensile Impact Astm D1822 Type S 80 Ft-lbs/in�2 Specimen (notes 5 & 6) Minimum (note 3) (f) Tensile Yield Stress Astm D638 (note 6) 9000 Psi Min. (note 3) (g) Compressive Strength^ Astm D695 (note 6) 9000 Psi Min. (note 3) ^(at 1 Percent Offset) (h) Water Absorption 24 Hour Astm D570 1.3 Percent Maximum Saturation Astm D570 7.0 Percent Maximum (i) Rockwell "m" Hardness Astm D785 75 Minimum note 1: The Test Specimen Must Be Finely Ground Particulates. After Immersion The Material Must Be Checked Daily For Dissolution And Must Dissolve No Longer Than One Hundred Twenty (120) Hours From The Start Of Immersion. Within Twenty-four (24) Hours Of The test Specimen Determined To Be Fully Dissolved, It Must Be Tested For Viscosity. note 2: Dimensional Stability Testing Must Be Performed In Accordance With The Dimensional Stability Method Per Astm D5989 Or Equivalent. The Percent Change In Each Dimension, Outside Diameter, Inside Diameter And Thickness Must Not Be Greater Than The Value specified. note 3: These Values Are Minimum Averages. Separate Specimens Results May Vary By 25%. note 4: Any Change To An Already Established Heat Or Annealing Cycle To Achieve Both Relative Viscosity And/or Dimensional Stability Must Be Presented To The Procuring Activity For Approval Along With Justification For The Change. note 5: Tensile-impact Test Specimens Are To Be Type S In Accordance With Astm D1822, Or Round Cylindrical Specimens In Accordance With Mil-dtl-32286, Paragraph 3.8 note 6: Prior To Test, The Specimens Must Be Dried In Accordance With Federal Specification L-p- 410a, Paragraph 4.4.5. 3.3 Seat Stack Height Measurement - To Ensure That Each Seat Is Within Tolerance, Check Each Seat Singularly By Measuring The Seat Height Over The Ball. This Measurement Is Calculated By Adding One-half Ball Diameter To The Half Stack Height Dimension On The drawing. Limits Are Determined By The Ball Diameter Tolerance And The Half Stack Height Tolerance. Check Dimensions By Measuring From The Seat Back Face To Top Of Ball. Manufacturers Of Seats That Do Not Have A Ball Of The Required Size Available Will Be required To Manufacture A Dummy Ball Or Segment Of A Ball With Sufficient Spherical Surface To Check The Above Dimension. 3.4 A Visual Inspection Shall Be Performed On The Finished Seat With Acceptance Criteria On Critical Surfaces Per Csd167 In The Ecds (electronic Contractor Data Submission) System At: Https://register.nslc.navy.mil/. 3.5 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.5.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.5.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email. 3.5.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.7 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. 3.8 Navsea 0948-lp-045-7010 - Any Applicable Requirements Of Navships 4410.17,navsea 0948-lp-045-7010, Or 0948-045-7010 Which The Contractor Must Meet Are Included In This Contract/purchase Order. The Above Documents Are For Governmentuse Only. Further application Of The Above Documents Is Prohibited.prohibited. 3.8.1 Marking Of Material With A Material Designator Per The Drawing Is Also Prohibited, With The Exception Of Fasteners. Fasteners Must Be Marked With A Material Symbol/designator As Specified Elsewhere In This Contract. ^ Quality Assurance Requirements ^ 3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Level I/subsafe (li/ss) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) Prior To Award Of any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At The Procuring Activity May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Re-submittal To The Pco And Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved and Rejected And The Nature Of Corrective Action Taken As Appropriate. Inspection Records Must Be Traceable To The Material Inspected. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions Provided by The Government Representative. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured Or Performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization of The Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being purchased. When The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon receipt Of This Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest defense Contract Management Command (dcmc) Office. In The Event That A Local Government Representative Or Dcmc Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.11.1 The Prime Contractor's Program Must Include Procedures To Assess The Capability Of The Prospective Suppliers To Produce The Products Or Supply The Services In Accordance With The Contract, Prior To The Issuance Of Any Purchase Document. 3.11.2 Each Sub-tier Supplier Of Material Or Services For Items In Section 3 Of This Contract Must Be Subjected To A Periodic Review Or Audit By The Prime To Determine The Continued Capability Of The Supplier To Control The Quality Of The Products Or Services specified In The Purchase Order Or Contract. 3.11.3 The Prime Contractor Must Ensure That The Purchased Product Conforms To Specified Purchase Requirements And This Contract. The Type And Extent Of Control Applied To The Supplier And The Purchased Product Must Be Dependent Upon The Effect Of The purchased Product On The End Item Represented By This Contract. 3.11.4 The Prime Contractor Must Evaluate The Requirements Of The Contract And Select Suppliers Based On Their Ability To Supply The Product In Accordance With The Prime Contractor's Requirements And The Contract. Criteria For Selection And Evaluation Must be Established. Records Of This Effort Must Be Available For Review By The Government. 3.11.5 The Prime Contractor's Supplier Quality Assurance Program Must Provide For A Review Of Purchase Documents To Assure Applicable Quality Requirements Are Included Or Referenced In The Documentation For Compliance By The Supplier. 3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Level I/subsafe Systems, It Is Imperative That Traceability Be Maintained From The Material To The Material Certification Test Report And Other Required objective Quality Evidence (oqe). The Material Certification Report Must Completely And Accurately Reflect That The Material Supplied Meets The Specified Requirements. Materials Requiring Traceability And Certification Data Are Identified Within Paragraph 3, section C Of This Contract/purchase Order. 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That Implement The Material control Requirements Stated Herein, And Elsewhere In This Contract/purchase Order. 3.14 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Batch Of Non-metallic Material, Which Must Also Be Marked On The Material. This Traceability Marking On The Material Must provide Direct Traceability To The Material's Chemical Composition And Mechanical Properties Certification Data. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The Finished Component. 3.14.1 Material Marking - Each Seat Must Be Permanently Marked In Accordance With Mil-std-792, Type I And As Stated Below, Except For Teflon Seats, Which Must Only Be Tagged. Type Ix Marking May Be Substituted For Type I, Provided The Minimum Character Size scribed By The Marking Tool Must Be Approximately 3/32 Inch High To Insure Legibility. Permanent Marking Is Not Permitted On Teflon Seats. When Permanent Marking Is Required, It Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And function Of The Material. ;seats To Be Marked On The Outer Cylindrical Surface.; seat Marking Requirements Must Maintain Complete Traceability To Certification Oqe. Seat Marking Must Be Either Heat/lot Or Batch Number, A Vendor Traceability Number/code, Or A Combination Thereof And Must Be Unique To The Material Certification. 3.15 See Cdrl Di-misc-80678 (seat Material) - Material Certification - The Contractor Must Furnish The Applicable Test Reports For Each Heat/lot/batch Of Seat Material. Material Certification Test Reports Must Include, In Addition To The Specification, The class, Form, Grade, Type, Process, And/or Composition, As Applicable, Of The Material Supplied. 3.16 Material Handling - The Written Material Control Process Must Include The Following: 3.16.1 All Raw Materials Must Have Traceability Markings (except As Specified Below). 3.16.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability. 3.16.3 When Traceability Markings Will Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, An Appropriate material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. The Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Batches Or Loss Of Traceability. The Traceability marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.16.4 Purchase Orders For Raw Material Must Specify That The Material Be Traceable To Material Certification Test Reports By Traceability Codes That Are Marked On The Material And Identified On The Test Reports. The Certification Data Requirements Herein must Be Invoked By The Prime Contractor On All Subcontractors Supplying Level I Material. 3.16.5 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings, Purchase Or Work Orders Must Specify A Method And Marking location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.17 Receiving Inspection - 3.17.1 Products And Services Produced By Sub-tier Suppliers For Incorporation In The Contract End Item Must Be Subject To Inspection Or Audit At The Time Of Receipt By The Prime Prior To Further Processing Within The Prime Contractor's Plant Or Shipment To another Location. 3.17.2 Receiving Inspection Must Include As A Minimum - verification That The Traceability Number Marked On The Material Agrees With That On The Certification Test Reports. verification That Certification Test Reports Are Legible And Complete. verification That The Contents Of The Certification Test Reports Are In Compliance With The Contractually Invoked Specifications And Requirements. 3.18 Discrepancy Reporting - 3.18.1 Nonconforming Products Must Be Identified And Processed In Accordance With The Prime Contractor's Procedures For Controlling Nonconforming Products. The Prime Contractor Must Report The Receipt Of Any Nonconforming Products To The Responsible Sub-tier supplier In Accordance With Established Procedures. Nonconforming Material Records Will Be Maintained And Available For Review By The Government Quality Assurance Representative (qar). 3.19 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.19.1 Sampling For Certification Must Be On The Basis Of One Set Of Test Specimens From Each Heat/lot Or Batch. 3.20 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address And Date. 2. The Contract/purchase Order Number (for Example: N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (for Example: 1h 4820 012345678 L1) ("n/a" When Not Applicable). 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds ("n/a" When Not Applicable). 5. Certification That O-rings, Packing, Gaskets, Or Other Elastomeric Products Were Installed In A Compressed State Within An Assembly Or Sub-assembly, Prior To Expiration Of The Shelf Life ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements And List Each Contractually Invoked Conformance/compliance Test Performed By Name And That It Was Performed satisfactorily. 9. Contractor's Or Authorized Personnel's Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must 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 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 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. 6.2.1 There Are 7 (seven) Separate 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. 6.3 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. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecds - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - Mar 22 2011 - Added Traceability Requirements For Non-metallic Seats - Jul 02 2013 - Allowed Ball Valve Seats To Be Marked Using Mil-std-792 Type Ix In Addition To Type I - May 02 2009 - Added Lubricants And Sealants To The C Of C - Aug 27 2014 - Took Out Contractor's Phone Number Requirement - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.

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

DEFENSE LOGISTICS AGENCY USA Tender

United States
Closing Date23 Jul 2025
Tender AmountRefer Documents 
Description: Spares Procurement Of Body, Valve platform: B-2 nsn: 4810013193821fw pn: 799648-100 notice Id (pr#) Fd20302402305 dept Of Defense dept Of The Air Force afmc air Force Sustainment Command 423 Scms/gumc north American Industry Classification System (naics) Code: 336413 (other Aircraft Parts And Auxiliary Equipment Manufacturing) sba Size Standard: 1,250 Employees requirement Information: New Manufacture Of B-2 Body Valve place Of Performance: Tinker Afb, Ok 73145 Usa contact Information: dla Aviation At Okc/dlr Procurementoperations dla Aviation/aob Sources Sought: Dlaaviation.aob.sourcessought@us.af.mil interested Sources Must Select “add Me To Interested Vendors” Button Above Or Below To Be Considered Participants In This Market Research Effort. there Is No Solicitation Available At This Time. Requests For A Solicitation Will Not Receive A Response. this Sources Sought Synopsis (sss) Is In Support Of Market Research Being Conducted By The United States Air Force (usaf). This Market Research Is Being Conducted To Increase Competition For This Requirement By Identifying Potential Sources And To Gauge Small Business Interest To Determine Whether Or Not This Requirement Can Be Satisfied With A Small Business Set-aside. the Government Will Use The Information Gathered Through Publication Of This Sss To Determine The Best Acquisition Strategy For This Requirement. The Government Is Interested In All Potential Sources Including Small Businesses, Small Disadvantaged Businesses, 8(a) Businesses, Service-disabled Veteran-owned Small Businesses, Hubzone Small Businesses, Women-owned Small Businesses, Etc. the 423 Scms/gumc Supply Chain Management Squadron Located At Tinker Air Force Base Is Requesting Information, Pursuant To Far Part 10, In Support Of Market Research To Identify Potential Sources For The Spares Procurement Of The Nsn Listed Above/below. requirements: potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s) Listed Below. Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award For The Item(s) Listed Below. potential Sources May Be Responsible For Nonrecurring Engineering Costs Associated With Becoming An Approved Source. estimated Solicitation Information: estimated Solicitation Date: July 2024 estimated Solicitation Closing/response Date: August 2024 pr#: Fd20302402305 item Information: nomenclature/noun: Body, Valve national Stock Number (nsn): 4810013193821fw part Number (p/n): 799648-100 application: B-2 amc/amsc: 4p production Information: p/n Nsn Noun Estimated Requirement 799648-100 4810013193821fw Body, Valve 07ea note: The Oc-alc Source Approval Information Booklet, As Referenced By The Qualification Requirements (qrs), Provides Information Regarding The Purchase Of Drawings. potential Sources Wishing To Be Qualified To Perform The Requirement Specified Above Are Required To Complete A Source Approval Request (sar) Package As Specified In The Qrs For This Item. qrs And Engineering Data List (edl), If Applicable, Are Attached To This Notice. The Qr Attached To This Document Is For Reference Only. The Official Synopsis Of The Qrs For This Item Can Be Found By Searching Https://sam.gov For The Keyword Mqr-psd-1. Changes To The Item List Or Qrs Will Be Published To The Official Solicitation, Not This Notice. government Provided Data Is Annotated On The Edl Attached To This Posting. Absence Of An Edl Indicates The Government Cannot Provide Technical Data And That Potential Sources Are Required To Independently Acquire The Necessary Technical Data To Satisfy This Requirement. if Drawings Are Listed On Edl, Requests For Engineering Drawings In Response To Sss Posting Should Be Submitted Using An Excel Spreadsheet And Send To: tinker Engineering Drawings Public Sales Desk Email: ocalc.lgldo.public@us.af.mil phone: 405-736-4676, Or Dsn: 336-4676 source Approval for Questions Regarding The Tinker Sar Process Or Related Issues, These Inquiries Should Be Submitted To The Afsc Small Business Office At: afsc/sb 3001 Staff Drive, Suite 1ag 85a tinker Afb, Ok 73145-3009 email: Afsc.sb.workflow@us.af.mil website: Https://www.afsc.af.mil/units/sbo/index.asp the Actual Sar Package Submission Itself Shall Be Submitted Electronically Through Dod Safe Https://safe.apps.mil/. Dod Safe Is A Safe And Secure Option For Large File Submissions. If You Have A Pki Certificate, Thesar Can Be Sent Directly To The Poc Email Addresses Below Via Dod Safe. If You Do Not Have A Pki Certificate,then You Must Send A Standard Email Message To The Poc Email Addresses Below, And Ask That They “request Adrop-off” To Your Email Address Via Dod Safe, Which Will Enable You To Be Able To Upload The Sar Submission package Documents To Dod Safe. 429scms.saspo.workflow@us.af.mil And Stacy.cochran@us.af.mil. disclaimer: this Sss Is Issued Solely For Informational And Planning Purposes. It Does Not Constitute A Solicitation (request For Information, Request For Proposal, Or Request For Quotation) Or A Promise To Issue A Solicitation In The Future. the Information In This Notice Is Based On Current Information As Of The Publication Date. The Information In This Notice Is Subject To Change And Is Not Binding To The Government. If Changes Are Made, Updated Information Will Be Provided In Future Notices And Will Be Posted On The Federal Business Opportunities Website At Https://sam.gov. Responses To This Sss May Or May Not Be Returned. Contractors Not Responding To This Sss Will Not Be Precluded From Participation In Any Future Solicitation. estimated Solicitation Information the Government Requests That Interested Parties Respond To This Notice If Applicable And Provide The Requested Information In Part I Below. part I. Business Information please Provide The Following Business Information For Your Company/institution And For Any Teaming Or Joint Venture Partners: • Company/institute Name: • Address: • Point Of Contact: • Cage Code: • Phone Number: • E-mail Address: • Web Page Url: • Size Of Business Pursuant To North American Industry Classification System (naics) Code: • Based On The Above Naics Code, State Whether Your Company Is: • Small Business (yes / No) • Woman Owned Small Business (yes / No) • Small Disadvantaged Business (yes / No) • 8(a) Certified (yes / No) • Hubzone Certified (yes / No) • Veteran Owned Small Business ( (yes / No) • Service Disabled Veteran Small Business (yes / No) • Unique Entity Id (uei) • A Statement As To Whether Your Company Is Domestically Or Foreign Owned (if Foreign, Please Indicate Thecountry Of Ownership). as Stated Above, This Sss Is Issued Solely For Informational And Planning Purposes, And No Funds Are Available Tofund The Information Requested. The Information In This Notice Is Current As Of The Publication Date But Is Subject To Change And Is Not Binding To The Government. Oral Submissions Are Not Acceptable For Any Requested Information. note: Potential Sources Should Only Submit Questions Regarding This Post To The Above Email Address. Do Not Contact The Originator Of This Post With Questions. interested Sources Must Select “add Me To Interested Vendors” Button Above Or Below To Be Considered Participants In This Market Research Effort.

KOLAMBUGAN WATER DISTRICT Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Closing Soon19 Feb 2025
Tender AmountPHP 173.8 K (USD 2.9 K)
Details: Description Republic Of The Philippines Kolambugan Water District (government Owned & Controlled Corp.) Cabili Street Poblacion, Kolambugan, Lanao Del Norte Tin: 004-365-844 Ccc No. 539 Tel. Nos. (063) 222-4512/ (063) 222-4486 Email Address: Kolambuganwaterdistrictbac@gmail.com Request For Quotation Please Quote Your Net Prices To Kolambugan Water District For The Items Specified Below. Your Quotation Must Submitted On Or Before February 19, 2025 Requested By: Flora May S. Cabataña Ucsa-c Supplier: Pr. No. 2025-01-026 Date: 1/29/2025 Address: Tin No. Item Description Quantity Unit Unit Amount No Price 1 Brass Ball Valve 1/2 W/ Locking 25 Pc 2 Brass Gate Valve 3/4 10 Pc 3 Brass Water Meter 1/2 50 Pc 4 C.i. Saddle Clamp 6 X 2 2 Pc 5 C.i. Saddle Clamp 2 X 3/4 5 Pc 6 C.i. Saddle Clamp 4 X 3/4 3 Pc 7 G.i. Elbow 1/2 X 90 25 Pc 8 G.i. Bushing Reducer 3 X 2 3 Pc 9 G.i. Bushing Reducer 3/4 X 1/2 20 Pc 10 G.i. Coupling 1/2 20 Pc 11 G.i. Nipple 3 X 1/2 25 Pc 12 G.i. Nipple 3 X 3/4 20 Pc 13 G.i. Nipple 6 X 3/4 25 Pc 14 G.i. Nipple 8 X 1/2 25 Pc 15 G.i. Plug 1/2 50 Pc 16 G.i. Plug 3/4 20 Pc 17 G.i. Straight Elbow 1/2 X 90 25 Pc 18 G.i. Straight Elbow 3/4 X 90 20 Pc 19 Hdpe Pipes 1/2 X 300meters Sdr 11 2 Roll 20 Hdpe Pipes 3/4 X 100meters Sdr 11 2 Roll 21 P.e. Male Threaded Adaptor 1 5 Pc 22 P.e. Male Threaded Adaptor 1 1/2 5 Pc 23 P.e. Male Threaded Adaptor 1 1/4 5 Pc 24 P.e. Male Threaded Adaptor 2 5 Pc 25 P.e. Male Threaded Adaptor 3 2 Pc 26 P.e. Male Threaded Adaptor 3/4 25 Pc 27 P.e. Coupling Reducer 1 X 3/4 3 Pc 28 P.e. Coupling Reducer 2 X 1 3 Pc 29 P.e. Coupling Reducer 3 X 2 3 Pc 30 P.e. Coupling Reducer 3/4 X 1/2 10 Pc 31 P.e. Coupling Reducer 1 1/2 5 Pc 32 P.e. Coupling Reducer 1 1/4 5 Pc 33 P.e. Equal Tee 2 5 Pc 34 P.e. Equal Tee 1 1/2 3 Pc 35 P.e. Pressure Coupling 1 5 Pc 36 P.e. Pressure Coupling 1 1/2 3 Pc 37 P.e. Pressure Coupling 1 1/4 3 Pc 38 P.e. Pressure Coupling 2 5 Pc 39 P.e. Pressure Coupling 3 3 Pc 40 P.e. Pressure Coupling 3/4 25 Pc 41 P.e. Tee 3 X 2 5 Pc 42 P.e. Tee 3/4 X 3/4 30 Pc 43 P.e. Tee 3/4 X 1/2 5 Pc 44 P.e. Elbow 1/2 X 90 50 Pc 45 P.e. Elbow 3/4 X 90 25 Pc 46 P.e. Equal Tee 1 1/2 20 Pc 47 P.e. Male Adaptor 1/2 50 Pc 48 P.e. Pressure Coupling 1/2 50 Pc 49 P.e. Saddle Clamp 1 1/2 X 1/2 10 Pc 50 Pvc Welding Rod 1 Pc 51 Solvent Cement 400cc 10 Pc 52 Teflon 3/4 200 Pc Total: - Note:1. Payable In Check 2. Deliver On Site 3. Subject To W/holding Tax 6% Requested By: Price Quoted By: Flora May S. Cabataña Ucsa-c Signature Over Printed Name Date: 1/29/2025 Date:
4051-4060 of 4195 active Tenders