Valve Tenders
Valve Tenders
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
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|||
time Of Delivery (june 1997)|20|0001|four|750||||||||||||||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |na|tbd|n00104|tbd|n39040 - Certifications, S4306a - Material |n50286|tbd|133.2|na|na|n39040 - Certifications|na|na|s
ee Dd 1423|port_ptnh_wawf_notification@navy.mil|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.|||||
warranty Of Data--basic (mar 2014)|2|||
small Business Subcontracting Plan (sep 2023)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (jan 2023)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
progress Payments (nov 2021)|4|||||
limitation Of Liability--high-value Items ($100k)(feb 1997)|1||
limitations On Pass-through Charges (jun 2020)|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
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||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|13|332919|750 Employees||||||||||||
cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1||
instructions To Offerors -- Competitive Acquisition (nov 2021)|2|||
facsimile Proposals (oct 1997)|1||
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|
this Amendment Is Issued Due To Quantity Change Of Requirement. Closing Date Extended To 27 Jan 2025.
this Amendment Is Issued To Extend Closing Date To 10 Sep 2024.
1. Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mech.
2.drawings Associated With This Solicitation Will Be Made Available On The New Beta.sam Website, But Will Be Restricted Access Which Needs To Be Approved. Once Access Has Been Requested, Interested Vendors Should Email The Poc Listed On The Solicitation To Inform
them Of The Request.
3. Navsup Wss Mech Will Be Considering Past Performance In The Evaluation Of Offers. See Clause 252.213-7000.
4. This Is A Rated Order Certified For National Defense Use,and The Contractor Will Follow All The Requirements Ofthe Defense Priorities And Allocations Systemregulation (15 Cfr 700).
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=h684-1505a01 |53711| A|er |d|0001 | A|49998|0059711
drawing Data=h684-1505a01 |53711| A|er |d|0002 | A|49998|0060531
drawing Data=h684-1505a01 |53711| A|er |d|0003 | A|49998|0166290
drawing Data=h684-1505a05 |53711| A|er |d|0001 | A|49998|0039892
drawing Data=h684-1505a05 |53711| A|er |d|0001.1 | A|49998|0011824
drawing Data=h684-1505a05 |53711| A|er |d|0002 | A|49998|0068709
drawing Data=h684-1505a05 |53711| A|er |d|0003 | A|49998|0049591
drawing Data=h684-1505a05 |53711| A|er |d|0004 | A|49998|0064381
drawing Data=h684-1505a05 |53711| A|er |d|0005 | A|49998|0066716
drawing Data=h684-1505a05 |53711| A|er |d|0006 | A|49998|0019662
drawing Data=h684-1505a05 |53711| A|er |d|0007 | A|49998|0277934
drawing Data=h684-1505a05 |53711| A|er |d|0008 | A|49998|0228605
drawing Data=h684-1505a05 |53711| A|er |d|0009 | A|49998|0202813
drawing Data=h684-1505a08 |53711| A|er |d|0001 | A|49998|0063220
drawing Data=h684-1505a08 |53711| A|er |d|0001.1 | A|49998|0023665
drawing Data=h684-1505a08 |53711| A|er |d|0002 | A|49998|0111529
drawing Data=h684-1505a08 |53711| A|er |d|0003 | A|49998|0076624
drawing Data=h684-1505a08 |53711| A|er |d|0004 | A|49998|0043485
drawing Data=h684-1505a08 |53711| A|er |d|0005 | A|49998|0052444
drawing Data=h684-1505a08 |53711| A|er |d|0006 | A|49998|0060448
drawing Data=h684-1505a08 |53711| A|er |d|0007 | A|49998|0228873
drawing Data=h684-1505a10 |53711| A|er |d|0001 | A|49998|0051242
drawing Data=h684-1505a10 |53711| A|er |d|0001.1 | A|49998|0019823
drawing Data=h684-1505a10 |53711| A|er |d|0002 | A|49998|0064955
drawing Data=h684-1505a10 |53711| A|er |d|0003 | A|49998|0016187
drawing Data=h684-1505a10 |53711| A|er |d|0004 | A|49998|0039176
drawing Data=h684-1505a10 |53711| A|er |d|0005 | A|49998|0092840
drawing Data=h684-1505a11 |53711| A|er |d|0001 | A|49998|0044912
drawing Data=h684-1505a11 |53711| A|er |d|0001.1 | A|49998|0030478
drawing Data=h684-1505a11 |53711| A|er |d|0002 | A|49998|0072815
drawing Data=h684-1505a11 |53711| A|er |d|0003 | A|49998|0192093
drawing Data=h684-1505a11 |53711| A|er |d|0004 | A|49998|0178728
drawing Data=h684-1505a17 |53711| B|er |d|0001 | B|49998|0037760
drawing Data=h684-1505a17 |53711| B|er |d|0001.1 | B|49998|0035207
drawing Data=h684-1505a17 |53711| B|er |d|0001.2 | B|49998|0022573
drawing Data=h684-1505a17 |53711| B|er |d|0002 | B|49998|0054795
drawing Data=h684-1505a17 |53711| B|er |d|0003 | B|49998|0069519
drawing Data=h684-1505a17 |53711| B|er |d|0004 | B|49998|0033609
drawing Data=h684-1505a18 |53711| B|er |d|0001 | B|49998|0036238
drawing Data=h684-1505a18 |53711| B|er |d|0001.1 | B|49998|0028959
drawing Data=h684-1505a18 |53711| B|er |d|0001.2 | B|49998|0017111
drawing Data=h684-1505a18 |53711| B|er |d|0002 | B|49998|0054081
drawing Data=h684-1505a18 |53711| B|er |d|0003 | B|49998|0030868
drawing Data=h684-1505a22 |53711| A|er |d|0001 | A|49998|0041854
drawing Data=h684-1505a22 |53711| A|er |d|0001.1 | A|49998|0031258
drawing Data=h684-1505a22 |53711| A|er |d|0002 | A|49998|0049185
drawing Data=h684-1505a22 |53711| A|er |d|0003 | A|49998|0041149
drawing Data=h684-1505a22 |53711| A|er |d|0004 | A|49998|0200472
drawing Data=h684-1505a26 |53711| A|er |d|0001 | A|49998|0042850
drawing Data=h684-1505a26 |53711| A|er |d|0001.1 | A|49998|0021670
drawing Data=h684-1505a26 |53711| A|er |d|0002 | A|49998|0053195
drawing Data=h684-1505a26 |53711| A|er |d|0003 | A|49998|0201664
drawing Data=h684-1505a41 |53711| B|er |d|0001 | A|49998|0679677
drawing Data=h684-1505a45 |53711| A|er |d|0001 | A|49998|0259819
drawing Data=h684-1505a47 |53711| A|er |d|0001 | A|49998|0209879
drawing Data=h684-1505a53 |53711| B|er |d|0001 | B|49998|9999999
drawing Data=h684-1505a54 |53711| A|er |d|0001 | A|49998|1149113
drawing Data=h684-1505a63 |53711| A|er |d|0001 | A|49998|0231978
drawing Data=2621-625-03 |96169|al| |d|0001 |al|00026|0000000
drawing Data=2640-809x10 |96169| C| |d|0001 | C|00026|0000000
drawing Data=7285297 |53711| E| |d|0001 | E|49998|0862180
drawing Data=7285297 |53711| E| |d|0002 | E|49998|0392982
drawing Data=7285297 |53711| E| |d|0003 | E|49998|0280881
drawing Data=7285297 |53711| E| |d|0004 | E|49998|0204692
drawing Data=7286781 |53711| A| |d|0000.cov | A|49998|0039333
drawing Data=7286781 |53711| A| |d|0001 | A|49998|0079794
drawing Data=7286781 |53711| A| |d|0002 | A|49998|0037296
drawing Data=7286781 |53711| A| |d|0003 | A|49998|0009867
drawing Data=7286781 |53711| A| |d|0004 | A|49998|0010513
drawing Data=7286781 |53711| A| |d|0005 | A|49998|0026590
drawing Data=7286781 |53711| A| |d|0006.1 | A|49998|0060938
drawing Data=7286781 |53711| A| |d|0006.2 | A|49998|0058985
drawing Data=7286781 |53711| A| |d|0006.3 | A|49998|0056660
drawing Data=7286781 |53711| A| |d|0006.4 | A|49998|0057452
drawing Data=7286781 |53711| A| |d|0006.5 | A|49998|0062979
drawing Data=7286781 |53711| A| |d|0006.6 | A|49998|0022145
drawing Data=7286781 |53711| A| |d|0006.7 | A|49998|0036865
drawing Data=7286781 |53711| A| |d|0007.1 | A|49998|0024658
drawing Data=7286781 |53711| A| |d|0007.10 | A|49998|0039600
drawing Data=7286781 |53711| A| |d|0007.11 | A|49998|0038232
drawing Data=7286781 |53711| A| |d|0007.12 | A|49998|0026294
drawing Data=7286781 |53711| A| |d|0007.2 | A|49998|0034537
drawing Data=7286781 |53711| A| |d|0007.3 | A|49998|0034247
drawing Data=7286781 |53711| A| |d|0007.4 | A|49998|0034359
drawing Data=7286781 |53711| A| |d|0007.5 | A|49998|0035392
drawing Data=7286781 |53711| A| |d|0007.6 | A|49998|0034156
drawing Data=7286781 |53711| A| |d|0007.7 | A|49998|0033150
drawing Data=7286781 |53711| A| |d|0007.8 | A|49998|0039657
drawing Data=7286781 |53711| A| |d|0007.9 | A|49998|0040668
drawing Data=7286781 |53711| A| |d|0008.1 | A|49998|0028730
drawing Data=7286781 |53711| A| |d|0008.2 | A|49998|0043722
drawing Data=7286781 |53711| A| |d|0008.3 | A|49998|0012156
drawing Data=7286781 |53711| A| |d|0008.4 | A|49998|0008759
drawing Data=7286781 |53711| A| |d|0009 | A|49998|0175577
drawing Data=7286781 |53711| A| |d|0010 | A|49998|0134538
drawing Data=7286781 |53711| A| |d|0011 | A|49998|0172553
drawing Data=7286781 |53711| A| |d|0011.1 | A|49998|0087153
drawing Data=7286781 |53711| A| |d|0012 | A|49998|0126678
drawing Data=7286781 |53711| A| |d|0013 | A|49998|0100923
drawing Data=7286781 |53711| A| |d|0014 | A|49998|0137217
drawing Data=7286781 |53711| A| |d|0015 | A|49998|0088404
drawing Data=7286781 |53711| A| |d|0016 | A|49998|0138405
drawing Data=7286781 |53711| A| |d|0017 | A|49998|0112913
drawing Data=7286781 |53711| A| |d|0018 | A|49998|0112286
drawing Data=7286781 |53711| A| |d|0019 | A|49998|0114952
drawing Data=8617511 |53711| N| |d|0001 | N|49998|3447332
document Ref Data=fed-std-h28 | | |b |190424|a| | |
document Ref Data=fed-std-h28 |0020| |b |941221|a| |01|
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=astm-b138 | | | |110101|a| | |
document Ref Data=astm-b150 | | | |190401|a| | |
document Ref Data=qq-n-281 | | |d |851023|a| 2| |
document Ref Data=qq-n-286 | | |g |001207|a| | |
document Ref Data=astm-b367 | | | |220401|a| | |
document Ref Data=astm-b369 | | | |200401|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=mil-dtl-1222 | | |j |001208|a| | |
document Ref Data=astm-e1417 | | | |160615|a| | |
document Ref Data=astm-e1444 | | | |160601|a| | |
document Ref Data=mil-std-2035 | | |a |950515|a| | |
document Ref Data=astm-d4066 | | | |130701|a| | |
document Ref Data=astm-d6456 | | | |100801|a| | |
document Ref Data=sae Ams 6931 | | |d |171201|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=mil-dtl-15024 | | |g |180303|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=qpl 25027 | | |17 |000207|a| | |
document Ref Data=mil-dtl-32258 | | | |210601|a|2 | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=a-a-59004 | | |b |181118|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
document Ref Data=0900-lp-001-7000 | | | |810101|c| |01|
document Ref Data=aia/nas Nasm 25027 | | |1 |121221|a| | |
document Ref Data=s9074-aq-gib-010/248 | | |1 |191112|a| | |
document Ref Data=t9074-as-gib-010/271 | | |1 |140911|a| | |
document Ref Data=s9074-ar-gib-010a/278 (chg A) | | | |130214|a| | |
3. Requirements
3.1 ;complete Towed Sonar Hull And Backup Ball Valve Assembly Must Be In Accordance With Naval Sea Systems Command Drawing 7286781 And All Drawings And Engineering Referrals Provided With This Contract/purchase Order, Except As Amplified Or Modified Herein.;
3.2 ;adiprene L100, Durometer 50-60 Shore A Is An Acceptable Alternate Material For The Static Seal (part 27) Of Navsea Drawing 7286781.;
3.3 Material For Parts Requiring Certification - Quantitative Chemical And Mechanical Analysis Is Required For The Parts Listed Below Unless Specifically Stated Otherwise:
part - ;body, Part 1, And Dynamic Seal Housing, Part 3 Of Drawing 7286781;
material - ;astm-b369, Alloy Uns C96400;
part - ;shear Sleeve, Part 18 Of Drawing 7286781;
material - ;astm-b138, Uns C67500, Temper H02;
part - ;shear Seal Rod, Part 20 Of Drawing 7286781;
material - ;qq-n-286, Form 2, Annealed And Age Hardened;
part - ;valve Stem, Part 23, And Static Seal Shaft, Part 26 Of Drawing 7286781;
material - ;astm-b150, Alloy C63200, Rod, Temper Tq50 Or Tq55;
part - ;plug, Piece 17a Of Drawing 2621-625-03;
material - ;qq-n-281 With Mechanical Properties In Accordance With General Note 16 On Drawing 2621-625-03;
part - ;studs, Part 88 Of Drawing 7286781;
material - ;mil-dtl-1222, Type Iv, Qq-n-286, Annealed And Age Hardened;
part - ;self-locking Heavy Hex Nuts, Part 89 Of Drawing 7286781;
material - Qq-n-281, Class A Or B, With Chemical Composition In Accordance With Mil-dtl-32258.
note: All Material Must Be The Same Class.
self-locking Element - For 250 Degree Nuts Use Astm-d6456, Type 1 Or Astm-d4066, Group 01, Class 1 Or 2, Grade 1, 2, 3, 4, 5,or 6. For 450 Degree Nuts Use Astm-d6456, Type 1.
part - ;ball, Piece 17li Of Drawing 8617511;
material - Sae-ams-6931
or
centrifugally Cast 6al-4v, Astm-b367, Grade C-5, With Mechanical Properties As Listed In Supplementary Requirement S6.
note: Mechanical Properties For Bars, Forgings And Forging Stock Over 10" Must Be As Specified In The Applicable Drawing. If The Mechanical Properties Are Not Provided In The Drawing, The Mechanical Properties Specified In Sae-ams-6931 Table 2 For Material 6"
to 10", Must Be Applied.
part - ;seats (q3), Piece 16 Of Drawing 7285297;
material - Md71-gg Mearthane (graphite Filled Urethane). Material Must Be Manufactured By Mearthane Products Inc. Cranston, Ri. (properties Specified Below Only)
item Property Astm Test Method Value
(a) Hardness D2240 70 +/- 5 Shore D
(b) Specific Gravity D792 1.18 +/- 0.02
(c) Tensile Strength D412 (diec) 5000 Psi Min
(d) Compression-defl D575 700 Psi Min @ 2% Def.
(e) Tensile Impact D1822 300 Ft-lb/sq In
(note 1) (type L Specimen)
(f) Water Absorption D570 1.5% Max
(1 Week At R.t.)
note 1: These Values Are Minimum Averages. Separate Specimen Values May Not Vary More Than 25% Under The Specified Minimum.
3.4 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings And Specifications Is Still Required, But Certifications Are Only Required As
listed Below.
test - Non-destructive Tests
item - ;weld Repair (as Applicable);
performance - Per Applicable Fabrication Specification
acceptance - Per Applicable Fabrication Specification
attribute - Annealing And Age Hardening
item - ;shear Seal Rod, Part 20, And Stud, Part 88 Of Drawing 7286781;
performance - Qq-n-286
test - ;dye Penetrant Inspection For Non-magnetic Grades;
item - ;self-locking Heavy Hex Nuts, Part 89 Of Drawing 7286781;
performance - T9074-as-gib-010/271 Or Astm-e1417/astm-e1444
(method C Solvent Removal Techniques Must Not Be Used On Thread)
acceptance - ;nasm25027 With Sampling In Accordance With Mil-dtl-32258;
test - ;visual Inspection (root Layer);
item - ;weldments;
performance - ;t9074-as-gib-010/271;
acceptance - ;mil-std-2035;
test - ;visual Inspection (final Layer);
item - ;weldments;
performance - ;t9074-as-gib-010/271;
acceptance - ;mil-std-2035;
test - Weldability Test Of Astm-b369 Material
item - ;body, Part 1, And Dynamic Seal Housing, Part 3 Of Drawing 7286781;
performance - Astm-b369
acceptance - Astm-b369
test - Pressure Tests
item - Each Assembly
performance - ;general Notes 7001, 7003, 7006, And 7008;
acceptance - ;general Notes 7001, 7003, 7006, And 7008;
test - Quality Conformance Tests
item - Self-locking Nuts
performance - ;mil-dtl-32258;
acceptance - ;mil-dtl-32258;
attribute - Certificate Of Compliance
item - Self-locking Nuts
performance - This Certificate Must State That Self-locking Nuts Were Manufactured By An Approved Source. Approved Sources Are Those Listed On Qpl-25027 For The Appropriate Fastener. This Qpl May Also Be Considered As Approved Sources For Heavy Hex
self-locking Nuts.
attribute - Certificate Of Completion
item - Self-locking Nut Nonmetallic Insert
performance - ;astm D6456, Type 1 Or Astm D4066, Group 01, Class 1 Or 2, Grade 1, 2, 3, 4, 5, Or 6;
3.5 Radiography Is Required On ;body, Part 1, And Dynamic Seal Housing, Part 3 Of Drawing 7286781; .
3.6 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The
following Must Be Used:
For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig / -0 Psig.
For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig.
For Pressure Tests Above 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig.
the Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This
contract, The Following Must Be Used:
For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes.
For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes.
For A Test Duration Of More Than 24 Hours, The Tolerance Must Be +60 Minutes / - 0 Minutes.
3.7 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.
3.8 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/.
3.9 Ball Spherical Surface Waviness - Unless Otherwise Specified On Drawing, All Sealing Area Surfaces Must Have A Spherical Surface Waviness Which Does Not Exceed 0.0005 Inches Of Height Per Inch Of Spherical Surface. Roughness And Waviness Ratings Must
apply In A Direction Which Yields The Maximum Rating, Normally Perpendicular To The Lay.
3.10 ;surface Waviness Must Be Verified Prior To Teflon Coating.;
3.11 Chemours Company (formerly Dupont) Teflon Coating 850g-204 And 852g-201. Use Of Chemours Company (formerly Dupont) Teflon Coating 851n-204 And 852n-201 Is Acceptable Until Exhausted - Teflon Coating Of Ball(s) Must Be In Accordance With General Note ;8;
of Drawing ;8617511; .
3.11.1 Naval Ordnance Systems Command Od 10362 First Revision Dated 15 Aug 1961 Is Provided By Contract Support Library Reference Number Csd018 In Ecds At Https://register.nslc.navy.mil/
3.11.2 Csd099 Provides Guidance For Acceptance/rejection Of Teflon-coated Valve Balls After Valve Assembly Production Testing.
3.12 Contract Support Library - Additional Requirements For This Item Are Identified As Contract Support Library Reference Number ;csd099; In Ecds At Https://register.nslc.navy.mil/
3.13 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test Of Qq-n-286 Must Be Performed By One Of The Following Laboratories:
huntington Alloys, A Special Metals Company
attn: Bill Bolenr
3200 Riverside Drive
huntington, Wv 257059
phone: (304) 526-5889
fax: (304) 526-5973
metallurgical Consultants, Inc.
attn: W. M. Buehler
4820 Caroline
po Box 88046
houston, Tx 77288-0046
phone: (713) 526-6351
fax: (713) 526-2964
naval Surface Warfare Center, Carderock Division
attn: Eric Focht Code 614
9500 Macarthur Blvd
west Bethesda, Md 20817-5700
phone: (301) 227-5032
fax: (301) 227-5576
teledyne Allvac
attn: Dr. W. D. Cao
2020 Ashcraft Ave.
monroe, Nc 28110
phone: (704) 289-4511
fax: (704) 289-4269
westmoreland Mechanical Testing And Research Inc.
attn: Andrew Wisniewski
p.o. Box 388
youngstown, Pa 15696-0388
mannesmann Rohrenwerke
mannesmann Forschungsinstitut (mfi)
attn: Dr. Weiss
postfach 251160
47251 Duisburg
germany
phone: 011-49-0203-9993194
fax: 011-49-0203-9994415
thyssenkrupp Vdm Usa, Inc.
attn: D. C. Agarwal
11210 Steeplecrest Drive, Suite 120
houston, Tx 77065-4939
phone: (281) 955-6683
3.14 Specification Change - For Qq-n-281, Class B Material:
1 - Footnote 9 To Table Ii Of Qq-n-281 Does Not Apply.
2 - When Starting Material Is Round Bar Greater Than 3" Dia,
The Mechanical Properties Of Hex Bar Apply.
3.15 Thread Forming - The Following Provides The Official Interpretation Of Paragraph 4.5.2.7 Of Mil-dtl-1222.
3.15.1 In Order To Qualify For "alternate Mechanical Testing" Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Utilize The Mechanical Properties For The Starting Bar Stock In Lieu Of Performing Yield Strength Or Proof Stress Testing On Finished Fasteners, All Of
the Subsequent Provisions Found In Mil-dtl-1222j Paragraphs 4.5.2.7 A Through E Must Be Met. If Any Single Provision Is Not Met, All Required Mechanical Testing Must Be Performed On The Finished Full Sized Fasteners. These Provisions Are Explained As Follows:
a. Proper Product Lot Control And Traceability Must Be In Place.
b. No Heat Treatment (including Hot Heading And Hot Forming), Cold Forming, Drawing, Rolling And Thread Rolling May Be Performed On The Starting Bar, Fastener Blanks Or Finished Fasteners After The Completion Of The Mechanical Testing On The Starting Bar.
c. And D. The Proper Size Starting Bar Must Be Selected To Ensure Mechanical Properties Of Finished Fasteners Are Represented By The Mechanical Properties Of The Starting Bar.
e. The Mandatory Testing, Axial Tensile (studs) And Wedge Tensile (screws And Bolts) Must Be Performed On Full Sized Fasteners. Note That There Is A Typographical Error In Paragraph 4.5.2.7 And That The Axial Load Test Is A Mandatory Test That Must Be
performed On Studs As Required In Paragraph 4.5.2.7.e.
3.15.2 Thread Rolling Is A Cold Working Process And Is Not Considered To Be A Machining Or Grinding Operation. Therefore, Fasteners Which Have Rolled Threads Do Not Satisfy The Provisions Of Mil-dtl-1222j Paragraph 4.5.2.7.b And Are Not Eligible For The
"alternate Mechanical Testing" Provision.
3.15.3 Thread Rolling Alone Is Not A Sufficient Cold Working Process To Qualify A Fastener To Be In The Cold Worked (cw) Condition. This Condition Is Only Applicable To Some 300 Series Stainless Steel Studs, Screws And Nuts. These Cw Condition Fasteners
must Be Manufactured From Cold Worked Bar Stock Or Be Cold Headed In Order To Qualify. The Threads May Subsequently Be Rolled, Machined Or Ground. Testing Of The Finished Fasteners And/or Reporting Of The Starting Bar Stock Material Properties Is Subject To
the Same Provisions Found In Mil-dtl-1222j Paragraph 4.5.2.7 And Discussed Above.
3.16 K-monel Fasteners - Material Must Be Heat Treated Per Qq-n-286.
3.16.1 Fasteners That Have Been Hot Or Cold Headed Or Roll Threaded Must Be Solution Annealed Followed By Age Hardening Subsequent To All Heading And Thread Rolling Operations. The Mechanical Properties On Certifications Must Be Actual Properties Of The
annealed And Age Hardened Material And Must Meet The Requirements Of Qq-n-286.
3.16.2 Qq-n-286 Fasteners That Have Been Headed And/or Roll Threaded Must Not Beage Hardened Unless The Material Has Been Solution Annealed Subsequent To The Heading And Threading Operations. Threads Formed After The Final Age Hardening Heat Treatment Must Be
cut Or Ground Only.
3.17 K-monel Fasteners - K-monel Externally Threaded Fasteners Must Have Mechanical Properties Determined In Accordance With Mil-dtl-1222. Test Results Must Include Tensile, Yield, Elongation And Hardness As Required By Mil-dtl-1222. (the Hardness Tests Must
be Performed On A Full Size Fastener.)
3.17.1 Studs Require An Axial Tensile Test In Accordance With Mil-dtl-1222.
3.17.2 Headed Fasteners Require A Wedge Tensile Test As Specified Elsewhere In This Contract/purchase Order.
3.18 Internal Threads - All Internal Threads Must Be Formed By Cutting. Cold Forming Of Internal Threads Is Not Acceptable.
3.19 Thread Inspection Requirements - All Threads On Threaded Parts Must Be Inspected Using Appropriate Inspection Methods, Inspection Systems, And Inspection Gages/instruments In Accordance With Fed-std-h28 Series. Substitution Of Thecommercial Equivalent
inspection In Accordance With Asme B1 Series Is Acceptable.
3.19.1 System 21 Of Fed-std-h28/20 Must Be Used As A Minimum Inspection Requirement For Threads When The Design Drawing Or Design Specification Does Not Specify An Inspection Requirement.
3.19.2 For Navy And Shipyard Drawings, System 21 Of Fed-std-h28/20 May Be Substituted For System 22 Without Further Navy Approval When The Design Drawing Invokes System 22 And Does Not Cite Governing Specifications That Specifically Require System 22. System
22 Of Fed-std-h28/20 Must Be Used When The Drawing References Other Governing Specifications That Specifically Require System 22, Such As Certain Thread Types Of Mil-dtl-1222.
3.19.3 A Written Request For Concurrence Must Be Submitted When Utilizing Alternative Measuring Equipment Or Measuring Systems Not Applicable To The Specified Inspection System.
3.20 Thread Lubricant - Thread Lubricants Containing Molybdenum Disulfide Must Not Be Used On This Material. Bacteria In Water, Especially Seawater, Causes Molybdenum Disulfide To Break Down. The By-products Of The Breakdown Form Compounds Which Attack The
fasteners. Anti-galling Compound A-a-59004 Must Be Used As A Replacement When Thread Lubricant Is Required For Assembly.
3.21 Welding Or Brazing - When Welding, Brazing, And Allied Processes Are Required, As Invoked By Section C Paragraph 3 Requirements, They Must Be In Accordance With S9074-ar-gib-010a/278, 0900-lp-001-7000 For Brazing Of Piping And Pressure Vessel
applications, Or S9074-aq-gib-010/248 For Brazing Of Other Applications. For All Production And Repair Welding And Brazing, Personnel And Procedures Must Be Qualified Under S9074-aq-gib-010/248 Or 0900-lp-001-7000, As Applicable. Repair Welding Is Not
permitted On ;qq-n-286 Material; . Procedures And Qualification Data Must Be Submitted For Review And Approval Prior To Performing Any Welding Or Brazing.
3.22 O-ring Grooves And Mating Sealing Surfaces Must Be Inspected Per The Contractually Invoked Drawings Or Specifications. When The Drawings Or Specifications Do Not Provide Specific Defect Criteria Or State That No Defects Are Allowed, The General
acceptance Criteria (gac) Standard Must Be Used For Inspecting O-ring Grooves And Mating Sealing Surfaces Only. Repairs To Sealing Surfaces And O-ring Grooves With Unacceptable Defects May Be Accomplished Within The Limits Of The Size And Tolerances Provided
in The Applicable Drawing. Repairs Thatwould Exceed These Limits Require Approval (including Final Dimensions). The Data That Is Red Lined (crossed Out) Is Excluded From The Gac For This Contract And Is Not To Be Used For Acceptance Or Rejection Criteria.
the Gac Document Is Identified As Contract Support Library Reference Number Csd008 At Https://register.nslc.navy.mil/
3.23 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number ( ;cid 887245356; ) Must Be Added. When No Plate Is Specified, An Identification
plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Must Be Securely Attached To Each Assembly Showing The Above Cid Number. No Assembly Must Be Shipped Without The Cid Number Attached.
3.24 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.
3.24.1 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.
3.24.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.24.3 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.
3.25 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.
3.26 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.
3.26.1 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.
3.27 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.
^ Quality Assurance Requirements ^
3.28 Radiography (rt) - Radiography Must Be Performed In Accordance With T9074-as-gib-010/271. Rt Acceptable Criteria For Castings To Be Criticality Level I Per The Applicable Table Of S9074-ar-gib-010a/278. Rt Acceptance Criteria For Weldments To Be Per The
applicable Table Of S9074-ar-gib-010a/278 (p-1 Piping) Or Mil-std-2035, Class 1, As Applicable.
3.28.1 See Cdrl Di-misc-80678 (rss) - The Contractor Or Activity Performing The Radiography Must Be Responsible For Preparing The Radiographic Shooting Sketches (rss) In Accordance With T9074-as-gib-010/271. Shooting Sketch Approval Is Not Required For
radiography Of Weldments. The Radiographic Standard Shooting Sketches (rsss) Referenced On The Applicable Drawing May Be Used, However, Since T9074-as-gib-010/271 Permits A Variety Of Processes, The Rsss May Not Be Applicable As They Will Not Necessarily Depend
only On The Coverage Requirements, But Also On The Equipment And Procedures Of The Particular Radiographic Facility. Approval Of These Shooting Sketches Or Radiographic Standard Shooting Sketches Is Required Per S9074-ar-gib-010a/278. If This Data Has Been
previously Approved By A Navy Activity, The Original Approval Letter Must Be Submitted At The Same Time As Rt Film And Reader Sheet Submittal.
3.28.2 All Pieces Radiographed Must Be Permanently Marked With "rt" And A Unique Rt Serial Number. (the Unique Rt Serial Number Must Be Directly Traceable To The Rt Film.)
3.28.3 See Cdrl Di-misc-80678 (production Radiography) - Production Radiography Requires Final Acceptance By The Navy. The Items Listed Below Must Be Submitted For Final Acceptance, Cataloging, File, And Retention. They Must Be Submitted And Approved Prior To
shipment Of The Applicable Hardware. However, When The Source Certification Clause Is Invoked, They Must Be Submitted A Minimum Of Forty-five (45) Working Days Prior To The Date Of Source Certification Inspection.
(a) Film
(b) Rss/rsss
(c) Rs (reader Sheets)
(d) Documentation Record Listing The Part Number, Heat/lot Traceability, And Theunique Rt Serial Number (which Is Traceable To The Rt Film And Reader Sheet)
3.29 See Cdrl Di-misc-80678 (test Certification) - A Statement Of Tests Performed, Listing The Pieces Tested Must Be Furnished Along With A Copy Of The Test Results. Certification Must Include The Contractor's Name, Address And Date, Quantity Inspected,
identified To The Contract/purchase Order And Item Number, And The Contractor's Or Authorized Personnel's Signature. Test Certifications Must Reference The Standard/specification, Including The Revision, To Which The Testing Was Performed And The Acceptance
criteria Used. Test Procedure Numbers May Also Be Referenced On Test Reports. Test Reports On Weldments Must Be Identified To Weld Joint And Layer.
3.30 See Cdrls Di-misc-80875 (welding Procedures) And Di-misc-80876 (weld Procedure Qualification Data) - When Production Or Repair Welding Is Required, The Applicable Welding Procedure(s) And Qualification Data Must Be Submitted For Review And Approval. In
addition, The Consumed Weld Metal C Of C As Defined Below Must Be Submitted As Part Of The Certification Oqe Package Submitted By The Contractor.
note: These Requirements Do Not Apply To Tack/spot Welds.
3.30.1 Approval Of The Contractor's Qualification Data Must Be Obtained Prior To Performing Any Welding (production Or Repair).
3.30.2 If The Contractors Qualification Data Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Procedures And Qualification Data Report To Expedite The Approval Process. The
approval Letter Must Reference The Applicable Welding Procedure And Qualification Data Report Identification/number. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. As Far As Practical, All Procedures For The Contract Must Be
submitted At The Same Time. Welding Procedures And Qualification Data Must Be Submitted In A Commercially Available Electronic Format Such As Adobe Acrobat Pdf. The Contractor Must State The Applicability Of Each Weld Procedure And Qualification Data Submitted,
citing The Drawing Number And Pieces To Be Welded. (i.e. "wp-123 And Qd-123 Are Submitted For The Weld Joint Between Pieces 1 And 2 On Drawing Abc." Wp-456 And Qd-456 Are Submitted For The Hardfacing Of Piece 3 On Drawing Xyz.")
3.30.3 The Pco's Authorization For The Use Of Weld Procedure(s) And Qualification Data For The Specific Application As Submitted Does Not Mitigate The Vendors Responsibility To Comply With The Requirements Of S9074-aq-gib-010/248, S9074-ar-gib-010a/278, And
the Contract.
3.30.4 Authority For The Repair Of Special Repairs In Castings, The Repair Of Wrought Material, Or The Repair Of Forged Material Must Be Obtained Via Request For Waiver From The Procurement Contracting Officer. This Request Must Describe The Defect; Including
size, Depth, Location, And A Description Of The Proposed Repair. Repairs Deemed Minor Or Nominal In Accordance With S9074-ar-gib-010/278 Can Be Made At Contractor Discretion In Accordance With S9074-ar-gib-010/278 Requirements; However, Weld Procedure
specification (wps) And Procedure Qualification Record (pqr) Submittals Are Still Required. This Request For Navsup-wss Contracts Must Be Submitted Via The Electronic Contractor Data Submission (ecds) Application.
3.30.5 Any New Procedure Qualification Performed Under This Contract Will Require The Vendor To Provide A Minimum 72 Hour Notification To Dcma With An Offer To Observe The Welding Of The Test Assemblies. The 72 Hour Time Limit May Be Modified Upon Mutual
agreement Between The Vendor And Dcma.
3.30.6 When Drawings Require Hardfacing Surface Iron Or Nickel Content Not To Exceed 5%, The Contractor Must Verify Surface Iron Or Nickel Content By Performing Chemical Testing As Defined By The Applicable Drawing. The Chemical Test Results Must Be Submitted
as Part Of The Qualification Data.
3.30.7 Additional Qualification Requirements For Production Hardfacing Thickness Less Than 1/8-inch: Macro-etch (or Legible Photomacrographs Clearly Showing The Fusion Area) Must Be Submitted For Review And Show Consistent, Minimized Dilution. All Essential
elements And Any Elements Not Listed In S9074-aq-gib-010/248 That Influence Dilution Must Be In The Qualification Data And Weld Procedure, With Strict Limits Placed On Each Essential Element.
3.30.8 Preparation And Retention Of Weld Records Is Required, As Specified By Paragraph 4.1.3 Of S9074-ar-gib-010a/278.
3.30.9 When Production Or Repair Welding Is Required On Titanium Materials, The Applicable Fabrication Plan, Facilities Procedure, Training Plan, And Active Welder Qualification Must Also Be Submitted For Review And Approval.
3.30.10 If The Contractor's Fabrication Plan, Facilities Procedure, Training Plan, Or Active Welder Qualification Has Previously Been Approved By The Navy For Other Contracts, A Copy Of The Original Approval Letter May Be Submitted Along With The Applicable
documentation To Expedite The Approval Process. The Approval Letter Must Reference The Applicable Documentation. Prior Approval Does Not Guarantee Acceptance For This Or Any Future Contracts. The Contractor's Fabrication Plan, Facilities Procedure, Training
plan, And Active Welder Qualification Must Be Submitted At The Same Time As The Applicable Welding Procedure(s) And Weld Procedure Qualification Data. All Documentation Must Be Submitted In A Commercially Available Electronic Format, Such As Adobe Acrobat Pdf.
3.30.11 See Cdrl Di-misc-80678 (consumed Weld Metal) - A Certificate Of Compliance Is Required For All Weld Filler Metals Used For Production Or Repair Welding, And Must Include The Following:
a) Filler Metal Lot Number(s)
b) Specification And Type
c) A Positive Statement That The Vendor Has Obtained Oqe And Verified That Each Lot Of Weld Filler Material Conforms To Specification Requirements.
d) A Positive Statement Verifying That The Weld Filler Metals Were The Correct Material Type Or Grade Prior To Consumption.
3.30.12 When Production Welds Or Repair Welds Are Performed By A Subcontractor, The Requirement For Submission Of All Certification Documentation Required Herein Must Be Passed Down To The Subcontractor.
3.31 Additional Marking For Fasteners - Fasteners Must Be Marked In Accordance With ;mil-dtl-1222, Except The Self-locking Heavy Hex Nuts Must Be Marked In Accordance With Mil-dtl-32258; . The Method Of Marking Must Be Types I, Ii, Iii, V, Viii Or Ix Of
mil-std-792 Except For Grades 410, 416 And 431 In The H Condition And Grades 8, 630, A574, And 4340 Which Must Be Marked By Method Ii When Marking Is Applied After The Final Heat Treatment. Markings On Fasteners That Are To Be Coated Must Be Marked Prior To
coating And Have A Minimum Depth Of 4 Mils. Traceability Marking Must Be Legible After The Application Of Protective Compounds.
3.31.1 Marking Is Required For All Fasteners Regardless Of Size And Must Include The Material Symbol, The Manufacturer's Identification Symbol, And The Traceability Marking. Marking Must Be Applied On The Head Of Headed Fastener (top Preferred, Side
location If Necessary). Self-locking Screws Must Also Be Marked With Six Dots. Where No Contract Invoked Specification Requirement Exists For This Marking, Self-locking Fasteners Must Be Marked With Six Dots Approximately .032" Diameter, Raised Or Depressed
by Approximately .010" Located On The Top Perimeter Of The Head Of The Fastener In An Arc Or Circular Pattern. The Six Dots Must Be Distinguishable From All Other Required Markings.
3.32 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 Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.32.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/non-acceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.32.2 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.
3.32.3 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.
3.32.4 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.
3.32.5 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.
3.33 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate 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.
3.33.1 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.
3.33.2 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.
3.34 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 Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.35 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.
3.35.1 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.
3.35.2 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.
3.35.3 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.
3.35.4 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.
3.36 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:
3.36.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.36.2 Inspection For Completeness And Proper Type.
3.36.3 Verification Of Material Quality Received.
3.36.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.36.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.36.6 Identification And Protection From Improper Use Or Disposition.
3.36.7 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.
3.36.8 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.
3.36.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.37 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.
3.37.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified In Di-misc-81020 And Elsewhere In The Contract/purchase Order. The Contractor Must Develop Written Procedures That
implement The Material Control Requirements Stated Herein.
3.38 Material Traceability - The Certification Data Report Must Be Identified Through A Unique Traceability Number, Heat-lot Number, Or Heat-treat Number For Metallic Material Or Batch Of Non-metallic Material, As Applicable, 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. For Material Produced By Batch, Continuous Cast, Or Continuous Pour Processes, Samples
must Be Taken No Less Than Once In Every Eight Hours Of Operation For The Purpose Of Validating Proper Chemical Composition And Mechanical Properties. Traceability Must Be Maintained Through All Process Operations Including Any Subcontracted Operations, To The
finished Component.
3.38.1 Material Marking For Traceability And Identification - The Following Are The Minimum Marking Requirements. Additional/alternate Marking Requirements, If Applicable, Will Be Specified Elsewhere In The Contract/purchase Order. In Addition To The
marking Requirements On Applicable Drawings And/or Specifications, Marking For Traceability Is Required. All Traceability Markings Must Be Permanently Applied In Accordance With Mil-std-792 (except As Specified Below). An Alternate Marking Method Is
permissible Provided It Is An Available Option In The Contractually Invoked Specification Or Drawing, Except In Instances Where The Material Has Been Modified By This Contract/purchase Order And Differs From That Specified In The Specification Or Drawing.
3.38.2 Traceability Markings For Items With Precision Machined Or Plated Surfaces, Or Material With Suitable Marking Surface Areas Less Than 3/8 Inches Square (either 3/8" X 3/8" Or An Area Equal To 0.1406 Inches Square) Must Be Applied To A Durable Tag And
the Tag Securely Affixed To The Material.
3.38.3 Permanent Marking Must Be Legible And Must Be Located So As To Not Affect The Form, Fit, And Function Of The Material. ;ball Must Be Marked In The Waterway And The Seats Must Be Marked On The Outer Cylindrical Surface.;
3.38.4 Seat 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.
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.
3.38.5 Traceability Markings Must Be Maintained Through Assembly, And Whenever Possible Must Be Visible After Assembly. For Items Where The Marking Is Not Visible After Assembly, A Durable Tag Must Be Securely Attached To The Item Identifying The Part
number, Piece Number, Traceability Number, And The Location Of The Permanent Mark.
3.39 See Cdrl-di-misc-81020 (chemical And Mechanical) And Cdrl Di-misc-80678 (seat Material) - Material Certifications - The Following Material Certification Requirements Apply:
3.39.1 Metallic Material - Quantitative Chemical And Mechanical Analysis Of Material Traceable To Traceability Markings Is Required. Material Certification Test Reports Must Include The Class, Form, Condition, Grade, Type, Finish, And/or Composition, As
applicable, Of The Material Supplied.
3.39.2 Non-metallic Material - 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.
3.39.3 Re-identification And Re-certification Of Metallic Material Is Required When The Material Is Subjected To A Process Which Alters Its Properties. If The Starting Material Or Raw Stock Is Processed In A Manner That Will Not Affect Its Chemical
composition Or Mechanical Properties, The Original Certifications For The Chemical Composition And Mechanical Properties, As Required By The Material Specification, Are Acceptable. Re-certification Of The Chemical Or Mechanical Properties Is Required If A
process Is Used During Fabrication That Alters The Original Properties Of The Material (e.g. Alloying, Heat Treating, Or Forming). In These Instances, The Properties Of The Material Must Be Re-determined And Documented To Reflect The Altered Condition. The
altered Material Must Be Uniquely Re-identified. The Properties Thus Determined And Documented, Are Required For Final Certification And Must Conform To The Material Specification Or The Contract/purchase Order Requirements. When Only The Mechanical Properties
are Altered, The Original Certification Forchemical Composition Must Be Overstamped And Annotated With The Unique Traceability Marking Used With The Altered Material And At A Minimum Contain The Information Below.
traceability Marking________________________________________________
(marking On Finished Item)
is Fabricated From Raw Material Identified To
heat/lot Number _______________ And Heat Treat Number ______________________
(when Applicable)
_________________________________________ Date _____________________ (name And Signature Of Auth. Co. Rep.)
3.39.4 Material Certification Data Forwarded By The Manufacturer Must Contain A Signed Certification That The Report Results Represent The Actual Attributes Of The Material Furnished And Indicate Full Compliance With All Applicable Specification And Contract
requirements. Transcription Of Certification Data Is Prohibited.
3.39.5 Statements On Material Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" Are Not Acceptable.
3.39.6 If Material Is Received Without The Required Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.40 Material Handling - The Written Material Control Process Must Include The Following:
3.40.1 All Raw Materials Must Have Traceability Markings (except As Specified Below).
3.40.2 Stored Raw Materials Requiring Traceability Must Be Segregated To Preclude Intermingling With Materials Not Requiring Traceability.
3.40.3 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 Heats/lots Or Loss Of Traceability. The Traceability
marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.40.4 Brazing Or Weld Filler Metals For Strength Welds Forming Or Integral With Pressure Containing Components Or Assemblies Requiring Traceability Must Be Verified To Be The Correct Material, And Type Or Grade, As Applicable, Prior To Consumption.
Closing Date27 Jan 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid For The Procurement Of 10 Units Pump And Engine Set For Stw Under Corn Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Corn Program Intends To Apply The Sum Of One Million Pesos (ᵽ 1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 10 Units Pump And Engine Set For Stw Under Corn Program Fy 2025 With Project Identification No.: Itb-2025-12-062. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 10 Units Pump And Engine Set I. Design And Performance A. Pump 4" X 4" Diameter, Single-end Suction, Self-priming Centrifugal Pump Total Dynamic Head: 20.0 M, Minimum Discharge Rate: 20 L/s, Minimum Suction Lift: 4.0 M, Minimum Pump Efficiency: 50 % Minimum B. Prime Mover Minimum 5.22 Kw (7hp), Four-stroke, Water-cooled, Single Horizontal Cylinder Diesel Engine, Continuous Power At Least 85% Of Rated Power Specific Fuel Consumption: 350 G/kwh, Maximum Manual Cranking Engine Shall Have Complete Lubricating Oil (engine And Gear Oil) Upon Delivery C. Accessories And Fittings With Steel Base With Double Groove B Section Pulley And V-belt 1 Pc 90° 4" ⌀ Standards Elbow 2 Pc 4" ⌀ X 0.4 M Nipple 4" ⌀ X 6.0 Meters Flexible Suction Hose With Foot-valve 4" ⌀ X 100 Meters Flexible Distribution Hose "fittings: Flange, 4"" ⌀ X 0.1 M Nipple 4"" ⌀ Adopter/connector, Clamps" Ii. Safety Noise Level: 92 Db (a), Maximum For 6 Hrs Continuous Operation. If Exceeded, Earmuff Must Be Provided For Each Unit. Iii. Maintenance Each Unit Shall Be Provided With The Following Basic Hand Tools: Two (2) Pieces Open Wrenches, One (1) Piece Adjustable Wrench And One (1) Piece Each Of Philips And Flat-screw Driver Iv. List Of Applicable Paes Paes For Centrifugal Pump Paes For Small Engine Paes For Guidelines On After Sales Service Paes For Operator's Manual - Content And Presentation V. Other Requirements 1. With Original Equipment Manufacturers (oem) Operators Manual 2. With One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary 3. Warranty Card For Each Unit Shall Be Provided By The Winning Bidder/supplier Upon Delivery 4. Supplier Shall Provide Warranty And After-sales Service Conforming To Pns/pabes 192:2016 (guidelines On After-sales Service) 5. With Reflectorized Da-calabarzon Logo 6. With Valid And Passing Test Report Issued By Amtec Or Other Accredited Testing Center 7. Certification That The Bidder Shall Provide Fuel And Technician/operator During Demonstration And Training Of The The Operator/recipient 8. Certification That The Bidder Shall Provide Fuel (full Tank And Refill), Engine Oil, 200-liter Drum/measuring Container And Technician/operator During Acceptance Testing. The Bidder/supplier Shall Ensure That The Engine Is Properly Break-in And The Discharge From The Pumpset Can Be Measured Using The Provided Drum/measuring Container. 9. Certification That All Units Shall Be Demonstrated And The Recipients Shall Be Trained In Proper Operation, Routine Maintenance, After-sales And Warranty Coverage 10. Conduct Of Acceptance Testing Of Randomly Selected Units Upon Delivery Prior To Acceptance And Payment Of The Contractor. The Number Of Units Will Be Determined Using Paes 103:2000-agricultural Machinery - Method Sampling 11. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers, Accreditation And Classification (namdac) Certificate Of Accreditation 12. With Permit To Operate Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 13. With Certificate Of Conformity For The Engine/prime Mover As Per Memorandum Circular No. 30, Series Of 2020 14. All Technical Specifications Shall Be Signed And Sealed By Professional Agricultural And Biosystems Engineer (abe) With Valid Prc License And Professional Tax Receipt (ptr) In Consonance With Ra 10915 15. With 100% Availability Of Stocks During Post-qualification. Place Of Delivery: Lares Compound, Brgy. Marawoy Lipa City, Batangas Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (ᵽ1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 1:20 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 7, 2025 1:20 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Date7 Jan 2025
Tender AmountPHP 1 Million (USD 17.2 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: B.3 Statement Of Work
replacement And Testing Of Backflow Preventers
objective
the Purpose Of This Service Contract Is To Inspect, Test, And Repair Any Failed Backflow Preventers At Veterans Hospital At 10 North Greene St, Baltimore, Maryland, And Va Medical Center At 3901 The Alameda, Baltimore Md 21218 To Ensure Compliance With The Latest Plumbing And Safety Standards. Testing Must Be Conducted By A Certified Backflow Inspector, And All Repairs Or Replacements Must Meet Applicable Codes To Protect Potable Water Systems And Maintain Operational Safety.
applicable Standards
all Work Shall Adhere To The Latest Editions Of The Following:
american Society Of Sanitary Engineering (asse) Standards, Including Asse 1013 And Asse 1024.
uniform Plumbing Code (upc) Or International Plumbing Code (ipc) As Applicable.
environmental Protection Agency (epa) Cross-connection Control Manual.
manufacturer Specifications For All Backflow Preventers.
hospital Infection Control Protocols, Including Infection Control Risk Assessment (icra) Guidelines.
occupational Safety And Health Administration (osha) Standards.
general-duty Valves For Plumbing Piping Https://www.cfm.va.gov/til/spec/220523.docx
scope Of Work
the Contractor Shall Provide Certified Personnel And Follow The Steps Outlined Below:
pre-inspection Activities:
review Existing Plumbing Schematics And Previous Inspection Records To Locate All Backflow Preventers.
collaborate With Hospital Staff To Coordinate Inspection And Repair Schedules, Ensuring Minimal Disruption To Operations And Water Services.
develop And Submit An Infection Control Risk Assessment (icra) Plan To Hospital Management For Approval.
inspection And Testing:
perform A Visual Inspection Of All Backflow Preventers To Assess General Condition, Installation Compliance, And Any Visible Damage Or Corrosion.
before Testing Backflow Preventer, Shut Off The Water Supply To The Plumbing System. Notify Fes (facilities And Engineering) Poc Staff To Conduct A Proper Utility System Shutdown Where Applicable.
certified Backflow Inspector(s) Shall Conduct Functional Testing On Each Device Using Calibrated And Approved Testing Equipment.
verify Proper Pressure, Flow, And Valve Operation.
document Test Results, Noting Any Failures Or Performance Issues.
identify And Tag All Failed Backflow Preventers For Repair Or Replacement:
provide A Detailed Quote For The Necessary Work To Bring Any Non-compliant Backflow Preventers Up To The Compliance.
include A Breakdown Of Labor, Materials, And Any Other Costs Associated With The Repair Work.
repair Or Replacement Of Failed Units:
before Repair Or Replacement Backflow Preventer, Shut Off The Water Supply To The Plumbing System. Notify Fes (facilities And Engineering) Poc Staff To Conduct Utility System Shutdown Where Applicable.
repair Failed Backflow Preventers Using Manufacturer-approved Repair Kits And Materials.
if Repair Is Not Feasible, Replace The Failed Unit With A New Backflow Preventer Of Equivalent Or Superior Specifications.
ensure All Installations Are Properly Secured, Leak-free, And In Compliance With Plumbing Codes.
conduct A Post-repair Performance Test To Confirm Proper Operation And Compliance.
post-repair Activities:
restore All Work Areas To Their Original Condition Or Better, Including Any Necessary Patching Or Painting.
remove And Dispose Of Old Or Defective Parts In Compliance With Local Environmental Regulations.
prepare And Submit A Detailed Report Documenting The Following:
test Results For All Inspected Devices.
description Of Repairs Or Replacements Performed.
certification Details Of The Inspector(s)
certification Requirements
all Testing Must Be Performed By A Certified Backflow Inspector With Current Credentials From An Approved Certifying Organization (e.g., Asse, Abpa, Or Similar).
proof Of Certification For All Inspectors Involved In The Service Contract Must Be Provided To Hospital Management Prior To The Start Of Work.
deliverables
detailed Inspection Report With Test Results For Each Backflow Preventer.
certification Documents For Inspectors Performing The Work.
list Of Backflow Preventers Repaired Or Replaced, Including Specifications, Warranties, And Manufacturer Details.
updated Listed Of:
location
function
required
installed
type
serial Number
size
schedule
the Service Contract Shall Commence On Day Of Award And Be Completed By 60 Days.
a Detailed Timeline, Including Milestones For Inspection, Testing, Repair, And Final Reporting, Shall Be Submitted Prior To Work Commencement.
contractor Responsibilities
provide Certified Personnel, Tools, And Materials Required For The Completion Of The Work.
adhere To Hospital Policies, Infection Control Protocols, And Safety Guidelines.
coordinate With Hospital Staff To Minimize Disruptions To Operations And Patient Care.
submit Daily Progress Reports To The Hospital Project Manager.
quality Assurance And Warranty
provide A Warranty Of 1 Year For All Repairs, Replacements, And Associated Labor. All Work Shall Be Performed To The Highest Professional Standards And In Compliance With Applicable Codes.
safety And Compliance
ensure All Work Complies With Osha Standards And Hospital Safety Protocols.
maintain Containment Measures To Protect Hospital Staff And Patients From Contaminants.
report Any Incidents Or Hazards Immediately To Hospital Authorities.
period Of Performance
hours Of Operation 6:00 Am To 4:30pm.
the Initial Term Of This Agreement Shall Commence After Contract Has Been Awarded Of 1 Year. The Agreement May Be Extended For Up To Four (4) Additional Years Periods Upon The Written Exercise Of An Option By Veterans Affairs Hospital Delivered To The Other Party At Least 30 Days Prior To The Expiration Of The Then-current Term.
points Of Contact
brandon Johnson (cor) Louis Hopson Vincent Butler
10 N. Greene St 3901 The Alameda 10 N.greene St
baltimore Md 21201 Baltimore Md 21218 Baltimore Md 21201
mobile: 443-939-5568 410-605-7000x 5889 410-605-7000x 6044
brandon.johnson8@va.gov Louis.hopson@va.gov Vincent.butler2@va.gov
invoicing And Payment
each Invoice Shall Contain The Documentation Required By Ob10. The Invoices Shall Be Itemized To Contain The Equipment S Identifier. When Parts Are Furnished By The Government, They Shall Be Itemized On Contractor's Invoice At No-cost And Indicated As Government Furnished Parts. Contractor Will Forward Invoices To The Following Address, In Arrears Electronically To:
vendor Electronic Invoice Submission Methods: Invoices Will Be Electronically Submitted To The Tungsten Website At Http://www.tungstennetwork.com/uk/en/ Tungsten Direct Vendor Support Number Is 877-489-6135 For Va Contracts. The Va-fsc Pays All Associated Transaction Fees For Va Orders. During Implementation (technical Set-up) Tungsten Will Confirm Your Taxpayer Id Number With The Va-fsc. This Process Can Take Up To 5 Business Days To Complete To Ensure Your Invoice Is Automatically Routed To Your Certifying Official For Approval And Payment. To Successfully Submit An Invoice To Va-fsc Please Review How To Create An Invoice Within The How To Guides. All Invoices Submitted Through Tungsten To The Va-fsc Should Mirror Your Current Submission Of Invoice, With The Following Items Required. Clarification Of Additional Requirements Should Be Confirmed With Your Certifying Official (your Co Or Buyer). The Va-fsc Requires Specific Information In Compliance With The Prompt Pay Act And Business Requirements. For Additional Information, Please Contact:
department Of Veterans Affairs Financial Service Center: Tungsten Support
phone:
1-877-489-6135
website:
http://www.tungsten-network.com/uk/en/
email:
vafscched@va.gov
loch Raven
building/
location
function
required
installed
type
missing
1
1 G19
main Domestic
yes
yes
dual High Hazard
2
1 G19
main Domestic Secondary
yes
yes
dual High Hazard
3
1 G19
pk Heating Hot Water
yes
yes
single Check
4
1 G19
main Domestic (kitchen)
yes
yes
single Check
5
1 G19
boiler Water Feed
yes
yes
prv
6
i Exp
main Domestic Water
yes
yes
dual High Hazard
7
2
main Domestic
yes
no
none
8
2
heating Hot Water
yes
no
none
9
4
main Domestic
yes
no
none
10
4
main Domestic 4"
yes
yes
single Check
11
4
boiler Water Feed
yes
yes
prv
12
4
heating Hot Water
yes
yes
single Check
13
5
main Domestic
yes
yes
single Check
14
5
heating Hot Water
yes
yes
single Veck
15
6
main Domestic
yes
yes
dual High Hazard
16
6
heating Hot Water
yes
yes
prv
17
7
main Domestic
yes
yes
dual High Hazard
18
14
main Domestic
yes
no
none
baltimore
location
function
required
install
type
missing
1
7d100
main Domestic
yes
yes
reduced Pressure Zone (rpz) High Hazard
2
7d100e
main Domestic Secondary
yes
yes
rpz (high Harzard)
3
7d100e
pk Heating Hot Water
yes
yes
single Check
4
7d100e
main Domestic (kitchen)
yes
yes
rpz (high Harzard)
5
6d158 Service Bay
boiler Water Feed
yes
yes
rpz (high Harzard)
6
6c101 Service Bay
main Domestic Water
yes
yes
single Check (tested) Low Hazard
7
6b129 Service Bay
main Domestic
yes
no
single Check (tested)
8
6a133 Service Bay
heating Hot Water
yes
no
single Check/dual Check Harzard
9
5d130 Single Check
main Domestic
yes
no
single Check Harzard
10
5a127 Service Bay
main Domestic 4"
yes
yes
single Check/dual Check Harzard
11
5b182 Service Bay
boiler Water Feed
yes
yes
single Check/dual Check Harzard
12
5c114 Service Bay
heating Hot Water
yes
yes
single Check/dual Check Harzard
13
5d121 Cystoscopy 1/2
main Domestic
yes
yes
rpz High Harzard
14
5d124 Instrument Decontamination
heating Hot Water
yes
yes
high Harzard
15
5d100b Scrub Area
main Domestic
yes
yes
rpz
16
5d101 Or's 8/7
heating Hot Water
yes
yes
rpz
17
5d101b Or's 3/4 Steris
main Domestic
yes
yes
rpz
18
4d154 Service Bay
main Domestic
yes
no
dual Singles Checks
19
4c120 Service Bay
unknown
double Check/single Ck.
20
4b182 Service Bay
unknown
single Check
21
4a133 Service Bay
unknown
single Check
22
3a133 Service Bay
unknown
zurn Wilkins 3" Dual Check
23
3b182 Service Bay
unknown
zurn Wilkins 3" Dual Check
24
3c100 Service Bay
unknown
nibco 3" Single Check
25
3d119 Service Bay
unknown
nibco 3" Single Check
26
2d126 Service Bay
unknown
single Checks
27
2c124 Service Bay
unknown
single Checks
28
2b118 Service Bay
unknown
single/double Checks
29
2a114 Service Bay
unknown
single Check
30
1c100 Service Bay
unknown
single Checks
31
1b141 Service Bay
unknown
single Checks
32
bb137 Service Bay
unknown
single Checks
33
bb123 Animal Lab.
unknown
34
bd116 Service Bays
unknown
single Checks
35
1pa102 Service Bay
unknown
dual Checks
36
1pa103 Balto. St. Side Domestic Main
unknown
37
1pc103 Service Bay Domestic Water
unknown
dual Check
38
3c-101aâ Washer
unknown
rpz
39
3c-101â Washer
unknown
rpz
40
bb-131 Â washer
unknown
rpz
41
bb-123 Â sterilizer
unknown
rpz
42
bb-123 Â washer
unknown
rpz
43
bb-119 Â sterilizer (not In Use)
unknown
rpz
44
bb-119 Â sterilizer (not In Use)
unknown
rpz
45
bb-109 Â sterilizer (not In Use)
unknown
ppz
46
4c-125 Â water Meter (not In Use)
unknown
rpz
47
2b-119 Â oven
unknown
dcv
48
ba-115 Dialysis 5b-166 Room
unknown
dcv
interested & Capable Responses:â
nco 5 Is Seeking Responses From Entities That Are Interested In This Procurement And Consider Themselves To Have The Resources, Capabilities, And Qualifications Necessary To Provide The Services Required For The Baltimore Va Medical Center.
please Respond To This Rfi/sources Sought 36c24525q0217 With Your:
business Name (including Unique Entity Id (sam.gov)â â
business Type, Socio-economic Status (e.g., Veteran-owned, Woman-owned, Disadvantaged Small Business, 8(a), Etc.), Andâ â
person Of Contact (including Telephone Number & Email Address).â â â
capability Statement And Summary Of Previous Experience Providing These Types Of Services For The Veterans Health Administration Or Other Similar Facilities.â â
available Contract Vehicles (gsa Fss, Etc.) For Use By Department Of Va (include Applicable Naics)â
brief Summary Of Categories Of Services That Your Company Can/cannot Provide.â
certification(s) / Licenses For Meeting The Local Requirements To Provide These Services At The Dc Vamc (if Applicable)â
confirmation That Your Organization Has The Capability & Expertise To Meet The Performance Requirements While Complying With Applicable Limitations In Subcontracting By Responding To The Questions Below With Your Response:â â â
do You Intend To Self-perform This Effort?â
if You Are Located Outside The Immediate Area, How Will You Self-perform?â
or Do You Intend To Subcontract Work Under This Contract?â
if You Intend To Subcontract Work Under This Contract, How Will You Ensure Compliance With The Limitations On Subcontracting?â
â
response Instructions:â
responses Must Be Submitted By 10:00 Am (et) 1/10/2025. Responses To The Information Requested Above Must Be Submitted Via Email To John Ritter At John.ritter2@va.gov.
this Request For Information/sources Sought Notice Is For Planning Purposes Only And Does Not Constitute A Solicitation, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.â The Results Of This Market Research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition Strategy (e.g., Sdvosb/sdvosb Set-aside, Small Business Set-aside, Full And Open Competition, Etc.).â Va Assumes No Responsibility For Any Costs Incurred As A Result Of A Vendor S Attendance To The Site-visit Nor The Preparation Of Responses Submitted As A Result Of This Notice.
john Ritter
contracting Officer
vha-nco 5 John.ritter2@va.gov
Closing Date10 Jan 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+2Others, Civil Works Others
United States
Details: Sources Sought Notice
sources Sought Notice
page 4 Of 4
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 4
subject*
National Cemetery Administration
Los Angeles Ca 898 -034 Maintenance, 036 Fca Deficiencies
general Information
contracting Office S Zip Code*
22172
solicitation Number*
36c78625r0012
response Date/time/zone
01-09-2025 1pm Eastern Time, New York, Usa
archive
99 Days After The Response Date
recovery Act Funds
n
set-aside
sdvosbc
product Service Code*
y1eb
naics Code*
236220
contracting Office Address
department Of Veterans Affairs
national Cemetery Administration
contracting Services
18434 Joplin Road
triangle Va 22172
point Of Contact*
contracting Officer
flora Taylor
flora.taylor@va.gov
571-992-9125
place Of Performance
address
los Angeles National Cemetery
950 South Sepulveda Blvd.
los Angeles Ca
postal Code
90049
country
usa
additional Information
agency S Url
https://www.va.gov
url Description
department Of Veterans Affairs
agency Contact S Email Address
flora.taylor@va.gov
email Description
description
this Announcement Constitutes A Sources Sought Notice (market Survey Is For Planning Purposes Only And Is A Market Research Tool To Determine Availability And Adequacy Of Potential Service-disabled Veteran Owned Small Businesses (sdvosb) Concerns, Veteran Owned Small Businesses (vosb) Concerns, And Small Business (sb) Concerns With The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m.
this Is Not A Request For Proposal (rfp). This Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. The Government Will Not Pay For Any Cost Incurred In Responding To This Announcement. Any Information Submitted By Respondents To This Sources Sought Synopsis Shall Be Voluntary.
the National Cemetery Administration, Los Angeles National Cemetery, Located At 950 Sepulveda Blvd., Los Angeles, Ca 90049, Has A Requirement For A New Maintenance Complex, And To Correct Fca Deficiencies. The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m.
magnitude Of Construction: Between $5,000,000 And $10,000,000.
period Of Performance: 365 Calendar Days
far 52.216 -1 The Government Contemplates Award Of A Trade Off Firm Fixed Price Contract.
project No. 898cm3034 & 898cm3036
los Angeles National Cemetery 24 May 2023
gravesite Expansion, Maintenance Complex & Fca Deficiencies
general Requirements
Security Camera Installation; It Room Upgrades ; Front Entry Gate Roadway Repair
Spoils/dumpster Area Improvements Southern Chain Link Fencing Southern Ornamental Fencing Eastern Ornamental Fencing Site Signage Flower Water Stations Fencing At Water Valves Spanish American Monument Fencing Keyless Entry Historic Preservation
clin 0002 Maintenance Facility Base Bid
clin 0003 Correct Fca Deficiencies Bid
Eastern Ornamental Fencing
clin 0004 Correct Fca Deficiencies Bid Option
Northern Perimeter Fencing
Clin 0005 Correct Fca Deficiencies Bid Option
Western Ornamental Fencing
clin 0006 Correct Fca Deficiencies Bid Option
historic Preservation- Expertise In Restoring And Preserving Historical Structures, Ensuring Compliance With Preservation Standards.
potential Sources Shall Provide A Capability Statement That Includes Information That Your Company Has Or Is Performed/ing This Type Of Effort Or Similar Type Effort(s) (to Include Size And Complexity) From The Scope Of Work Above. Please Identify Your Social Economic Standard Including Your Unique Entity Id (eui) Number.
please Address The Following Questions, Please Only Submit The Minimum Information Requested However No More Than 5 Pages.
does Your Company Have Experience As A Prime Contractor Performing Contracts Of Similar Work Outlined In The Draft Sow? If Yes, Please Provide The Following Information:
contract Number(s):
dollar Value(s):
identify. Similarity Of Scope, Effort, Complexity:
Does Your Company Possess The Capability To Provide The Entire Range Of Construction Services Called For By This Requirement?
market Research Is Still Being Done On Contract Type And Evaluation Process (i.e. Firm Fixed Price, Etc.). What Does Your Company Suggest And Why?
does Your Firm Possess The Bonding Capability For This Magnitude.
the Limitations On Subcontracting Under Vaar 852.219-75 Apply To This Acquisition. Please Confirm That You Can Meet The Limitations Of Subcontracting.
potential Sources Are To Respond By Email Only, To Contracting Officer, Flora Taylor At Flora.taylor@va.gov No Later Than January 09, 2025, At 11:00 Am Eastern Time.
subject: Fy25 Los Angeles National Cemetery 898-034/036 New Maintenance Complex, Correct Fca Deficiencies
company Name:
address:
contact Name:
phone No:
email:
uei:
cage:
tax Id::
years In Business:
business Size Information
select All That Applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified Under Section 8(a) Of The Small Business Act
Hubzone
Woman-owned
Certified Service-disabled Veteran-owned Small Business In Veterans.certify.sba.gov
Certified Veteran-owned Small Business In Veterans.certify.sba.gov
Large Business
Other:____________
fss/ Gsa Contract Holder
Yes No
fss/ Gsa Contract Number
effective Date / Expiration Date
end Of Document
Closing Date9 Jan 2025
Tender AmountRefer Documents
Dr Jose Fabella Memorial Hospital Tender
Electronics Equipment...+3Electrical Goods and Equipments, Healthcare and Medicine, Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description The Dr. Jose Fabella Memorial Hospital Hereby Invites Interested Suppliers To Submit Quotation For The Supply And Delivery Of: Particular Qty. Unit Cost Total Cost Cold Packs 5 Pcs ₱1,000.00 ₱5,000.00 • Reusable Cold Gel Pack • Durable Construction Resistant To Puncture • Standard Size Gel Pack 27cm X 16.5cm Parafin Wax Container 1 Set 20,000.00 20,000.00 • 6 Lb (4 Liter) Container With Oversized Tank Accommodates A Man Size 12 ½ Foot • Lightweight And Portable • Operating Temperature 125-134°f, 110 V • Kit Includes Container, Washable Terry Cloth And Mitt And • Bottie, 65 Hand/foot Plastic Liners And (6) 1lb Wax Blocks Portable Infrared Radiation Lamp 1 Pc 15,000.00 15,000.00 • Deep Focused Infrared Warmth With 150w • Adjustable Angle That Can Be Positioned Up To 40 Degrees Backward • Have An On And Off Switch At The Back Of Infrared Lamp • Has A Cord Storage Holder At The Back Of The Appliance • Cord Length: 180cm; Voltage: 220 Or 250v • Insulation: Class Ii (double Isolation) • Frequency: 50hz • Type Of Lamps: Par 38e, 150w + Prismatic Rings For More Focus • Dimension: 22cm H X 13cm W X 18.5cm D • A Box Dimension: 24cm H X 28.8cm W X 62.4cm D • Product Weight: 1 Kg; F-box Weight 1 Kg • F-box Dimension: 22.5cm H X 14cm W X 20.4cm D • A-box Weight: 6.4kg • Iec Certified: Complies To Iec 60335 Wall Standing Mirrors 1 Pc 4,500.00 4,500.00 • 34.4 Cm W X 1.6 Cm D X 154.4 Cm • Any Color • 28 Mm Thick, Polystyrene Plastic Frame With 3 Mm Thick, Normal Mirror And 3mm Thick Mdf Back Board Stretchable Resistance Band • Light (green): 600mm X 50mm X 0.35mm (5-10lbs) 1 Roll 5,000.00 5,000.00 • Medium (blue): 600mm X 50mm X 0.50mm (10-20lbs) 1 Roll 5,000.00 5,000.00 • Heavy (yellow): 600mm X 50mm X 0.70mm (20-30lbs) 1 Roll 7,000.00 7,000.00 • Extra Heavy: 600mm X 50mm X 1.10mm (40-48lbs) 1 Roll 9,000.00 9,000.00 Stretchable Resistance Tube • High Quality Latex Band Pre-formed Into A Loop • Material: Thermoplastic Elastomer • Resistance Tube Features A Double Layer Of Rubber At The Ends For Comfortable Grip • Resistance Tube Length: 140cm • Handle Width: 11cm Light 1 Pc 5,000.00 5,000.00 Medium 1 Pc 7,000.00 7,000.00 Heavy 1 Pc 9,000.00 9,000.00 Pulse Oximeter 1 Pc 3,000.00 3,000.00 • Monochrome Led Display • Measurement Accuracy: +2% Within The Range Of 70%-99% • Measurement Value <70% Accuracy • Charging Method: Usb Type C • Aa Battery • Power Consumption: Less Than 20mah • Usage: With Bottom, Automatic Testing • Automatic Shutdown: Finger Disengagement • Lightweight, Small, Easy To Use And Convenient To Carry Dumbells • Made Of Iron Material Covered With Neoprene • Hex Shaped Heads Design • Weights: 1 Lb 1 Pair 1,000.00 1,000.00 2 Lbs 1 Pair 1,300.00 1,300.00 3 Lbs 1 Pair 1,500.00 1,500.00 4 Lbs 1 Pair 1,700.00 1,700.00 5 Lbs 1 Pair 2,000.00 2,000.00 Ankle Weights • Made Of Oxford Cloth Materials Filled With Iron Sand • With 2 Velcro Straps On Both Sides With Heavy Duty Nylon And Adjustable Straps That Fits On The Ankle • Weights: 0.5kg 1 Pair 1,500.00 1,500.00 1 Kg 1 Pair 1,800.00 1,800.00 2 Kg 1 Pair 2,300.00 2,300.00 3kg 1 Pair 2,500.00 2,500.00 4kg 1 Pair 3,000.00 3,000.00 Inflatable Vestibular Ball 2 Pcs 5,000.00 10,000.00 • 75 Cm / 29.5-inch Size • Bearing Capacity Support Up To 330 Lbs • 3 Mm Thickened Abs Ball (anti-burst System) • Free Of Bpa And Heavy Metals • Assorted Color • With Foot Pump Included Inflatable Rubber Ball For Kids 2 Pcs 5,000.00 10,000.00 • Mini Inflatable Ball With Design For Kids • Small Flexible Enough To Grasp With One Hand Yet Big Enough To Hold With 2 Hands • Bouncy, Thick, Durable Pimpled Rubber • Nontoxic, Harmless Plastic • Diameter Approx.: 5–6-inch Diameter Wobble Board 1 Pc 6,000.00 6,000.00 • Made Of Molded Plastic With A Specially Designed Tactile Surface On The Top And Anti-skid Surface On The Bottom • 40cm L X 10cm H • 20mm Palm Touch With Surface Non-slip Sandpaper Handle Design Both Sides For Easy Gripping • With Curve Button Support In 360 Degrees Direction • Weight Limit For Each Board Is 300 Lbs. Yoga Mat 2 Pcs 5,000.00 10,000.00 • Lightweight And Durable Yet Cushioned And Strong • Washable And Easy To Clean • Size: 68 In L X 24 In W Rubber Mat Flooring / Play Mat For Kids 5 Packs 10,000.00 50,000.00 • Puzzle Interlocking • Made From Soft And Durable High-quality Foam • Epe Non-toxic Material • Feature: Anti-slip, Shock Absorbing And Soft • Dimension: 60 Cm By 60cm • Bright With Different Color Puzzle Mats • Lightweight And Easy To Install And Detach • 4 Pieces Per Pack Kinesiology Tape 5 Pcs 4,000.00 20,000.00 • 2 Inches Width • Sweat Resistant And Water Resistant And Air Permeable Allowing It To Be Worn For Days • Can Be Stretch By 30-40% • Assorted Color • Materials: Cotton, Spandex, Acrylic • Pressure Sensitive Adhesive, Hypoallergenic Hole Peg Board 1 Set 3,000.00 3,000.00 • Stacking Peg Board Set Includes 100 Pegs Of 10 Different Colors And One Board • Natural Solid Rubber-wood, Non-toxic, Smooth Finish, Coated With Soft Child Safe Water-based Paints • Sizes: Chess Board 8.5 Cm X 8.5cm X 3.35 Cm • Peg Height: 2 Cm Hand Grip Exerciser 1 Pc 2,000.00 2,000.00 • Metal Exerciser With Soft Eva Grips • Grip Tension Rating Of 33 Lbs • Product Size: 3.5 In W X 5 In H X 1 In D Finger Strengthener Exerciser • Trumpet Format • Size: 3.5 In X 5 In X 1 In • Material: Abs Composite Material • Latex Free Trp Grip • Steel Spring Component Light 1 Pc 2,000.00 2,000.00 Medium 1 Pc 2,200.00 2,200.00 Bp Apparatus And Stethoscope 1 Pc 25,000.00 25,000.00 • Mercury-free Sphygmomanometer • Adjustable Height And Position • Pressure Range: 0-300 Mmhg • Calibrated • Wheel Stand, With 5 Casters • With Lockable And Static Feature • With Complete Accessories: Nylon Velcro Cuff With Different Sizes (33-47 Cm For Obese Adult, 25-35cm For Regular Adult, 18-26cm For Child, 12-19cm For Infant And 6-11cm For Newborn, Inflator Valve, Air Control Bulb • Basket (attached To The Stand) For The Accessories • At Least 1 Year Warranty On Service And Parts Bicycle Ergometer 1 Pc 47,000.00 47,000.00 • For Upper And Lower Extremities • Foldable Bike Ergo Exerciser Used In Arms And Legs • With Anti-slip Pedal And Non-slip Bike Foot And Adjustable Resistance Gauge • With Or Without Lcd • Materials Used: Abs Pp Steel • Size: 48.5 Cm X 36 Cm X 33 Cm • Maximum Load Capacity: 100 Kg Product Weight Approx.: 2.4 Kgs Total ₱300,300.00 Quotation Must Be Submitted To The Bac Secretariat Office, New Dr. Jose Fabella Memorial Hospital, Tayuman St., Manila On Or Before January 7, 2025. To Submit Together With Quotation The Following Documents: 1. Philgeps Registration Certificate 2. Mayors Permit 3. Omnibus Sworn Statement For Details, Please Contact The Bac Secretariat At Bacfabella@yahoo.com / Fabella.procurement @ Gmail.com (tel. No. 88 66 7960 - 74). The Djfmh Reserves The Right To Accept Or Reject Any Or All Quotation, To Waive Any Defects Found Therein And To Accept Such Quotations As May Be Consider Advantageous To The Government. The Djfmh-bac Assumes No Obligation To Compensate Or Indemnify The Bidders For Any Expenses Or Losses That Maybe Incurred In The Preparation Of Quotations Nor Does It Guarantee That An Award Will Be Made. Maria Lu D. Andal, Md Chair, Bids And Awards Committee For Infrastructure, Goods Non-medical, Consulting Services, Non-medical Equipment, Services
Closing Date7 Jan 2025
Tender AmountPHP 300.3 K (USD 5.1 K)
City Of Bais Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines City Of Bais -o0o- Bids And Awards Committee Invitation To Apply For Eligibility And To Rebid The City Government Of Bais Invites Interested Bidders To Apply For Eligibility And To Rebid For Use In The City Engineer’s Office (construction And Water Works Division), City Engineer’s Office, Viz: Item Approved Budget For The Contract (abc) Pr No. 553-24 Php 3,950,000.00 2 1 Unit Brand New Water Tanker Truck (6-wheeler) Engine Specifications: 4-cylinder, Turbo-intercooler, Commom-rail Direct Injection Euro Iv, 16-valve Diesel Engine Displacement: 5,193 Cc Maximum Output: 114 Kw/2,600 Rpm Maximum Torque: 419 N-m/2,600 Rpm 115b X 125s Transmission - 5-speed Manual Drive: 4 X 4 Gross Vehicle Weight: 6,000 Kg Fuel Tank Capacity: 101 L Tire And Wheels: 7.50-r16-10r Ac Cabin Fog Lamp Equiped Color White Body: 4,000 L W/ 3.0 Thick Ss, Equipped With 1 Pc Manhole, 2.0 Mm Division And 2.0mm Swash Plate Pump System Specs: Engine: Single-cylinder, 4 Stroke, Air Cooled Gasoline Engine Rated Power: 27 Hp Fuel Capacity: 12l Starting Type: With Electric Start W/ Complete Accessories Inclusions: Tint, Seat Cover, Floor Mats, Ewd, Basic Tools, And Lto Registration (government Issued Plate, Inclusive Of Gsis Comprehensive Insurance Coverage) Warranty: Three (3) Year Or Unlimited Mileage Decals: Bais City Seal After Sales Service Within Negros Island The Approved Budget For The Contract Is To Be Taken From Purchase Of Heavy Equipment For Rehabilitation And Improvement Of Local Roads & Other Infrastructure 8918-1-07-06010(2)b. Partial Bids Are Allowed, However, Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In Order To Qualify, Bidders Should Conform To The Eligibility Criteria As Prescribed Under Sec. 23 And 25 Of The Revised Irr-a Of R.a. 9184. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary "pass/fail" Criteria As Specified In The Revised Irr-a Of R.a. 9184. As Such Non-submission Of Any Of The Required Documents Will Result In The Disqualification Of The Bidder. Due To Covid-19 Pandemic And Quarantine Regulations Of Every Provinces, Presence Of The Bidders Is Not Necessary. The Bids And Awards Committee (bac) Allows The Submission Of Bids Through Electronic Means And Submission Through Courier Services. The Following Documents Are Required For Submission: A. Eligibility Documents Including Technical Documents (1st Envelope): 1. Registration Certificate From Dti For Sole Proprietorship, Sec For Corporation Or Cda For Cooperative. 2. Valid And Current Mayor's Permit Where The Principal Place Of Business Of The Bidder Is Located. 3. Bir Registration Certificate With Taxpayer’s Identification Number. 4. Statement Of The Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid, Within The Relevant Period Where Applicable. The Statement Shall Be Supported With A Copy Of The Contracts/purchase Or Job Orders; And End-users Acceptance Or Delivery Receipt Duly Acknowledged. The Bidder Must Have Completed Within A Period Of Five (5) Years From The Date Of Submission And Receipt Of Bids, A Single Contract That Is Similar To The Contract To Be Bid Whose Value Must Be At Least Fifty (50%) Percent Of The Abc. However, In The Case Of Expendable Supplies, Said Single Contract Must Be At Least Twenty Five (25%) Percent Of The Abc, Or; The Bidder Should Have Completed At Least Two (2) Similar Contracts And The Aggregate Contract Amounts Should Be Equivalent To At Least The Percentage Of The Abc As Required Above. 5. Certificate Of Product Registration (cpr) From Food And Drug Administration (fda). (for Medicine Only)* 6. Certificate Of Good Manufacturing Practice From Fda. (for Medicine Only)* 7. Batch Release Certificate From Fda. (for Medicine Only)* 8. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product(s)/item(s). (for Medicine Only)* 9. License To Operate (fda). (for Medicine Or Medical Supplies/equipment)* 10. Certificate Of Accreditation From Bureau Of Local Government Finance (blgf) (for Accountable Forms Only)* 11. Audited Financial Statements, Showing, Among Others, The Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission. 12. The Bidder's Updated Computation For Its Net Financial Contracting Capacity (nfcc) Bearing The Date Thereof Must At Least Be Equal To The Abc To Be Bid, Or A Commitment From A Universal Or Commercial Bank To Extend A Credit Line In Favor Of The Bidder If Awarded The Contract To Be Bid (cl) Must At Least Be Equal To Ten Percent (10%) Of The Abc To Be Bid.* 13. Valid Joint Venture Agreement (jva), In Case Venture Is Already In Existence. 14. All Bids Must Be Accompanied By Bid Security In Any Or Combination Of The Acceptable Forms (below):* Form Of Bid Security Amount Of Bid Security A) Cash, Cashier's/manager's Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank. Two Percent (2%) B) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Provided, However, That It Shall Be Confirmed Or Authenticated By A Commercial Or Universal Bank'; If Issued By A Foreign Bank. C) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security. Five Percent (5%) D) Bid Securing Declaration Prospective Bidder May Also Submit Bid Securities In The Form Of Cashier's/manager's Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Financial Statement. Bids And Bid Securities Shall Be Valid For A Reasonable Period As Determined By The Head Of The Procuring Entity, But In No Case Shall Exceed 120 Calendar Days From The Date Of The Opening Of Bids. 15. Production/delivery Schedule.* 16. Manpower Requirements* 17. After-sales Service/parts (if Applicable) 18. Sworn Statement By The Prospective Bidder Or Its Duly Authorized Representative As To The Following: A) It Is Not Blacklisted Or Barred From Bidding By The Gop Or Any Of Its Agencies; Office Corporations, Or Lgu's, Including Foreign Government/foreign Or International Financing Institutions Whose Blacklisting Rules Have Been Recognized By The Gppb; B) Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statement And Information Provided Therein Are True And Correct; C) It Is Authorizing The Head Of Procuring Entity Or The Duly Authorized Representative/s To Verify All Documents Submitted; D) Authority Of The Signatory; E) Affidavit Of Disclosure Of No Relationship; F) Certification On Bidder's Responsibilities; G) It Comply With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; H) It Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Activity, And I) In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. 19. Technical Specifications With Brochures, If Applicable.* 20. Certificate Of Philgeps Registration* 21. Tax Clearance* 22. Latest Income And Business Tax Returns (quarterly/monthly); (optional/required Upon Post-qualification)** Note:*required Documents To Be Submitted By Pre-qualified Suppliers/bidders Per Bac Resolution No. 74-g Dated July 30, 2019. **optional Submission During The Opening Of Bids But Mandatory Requirement Upon Post-qualification Per Bac Resolution No. 58-d Dated August 4, 2020. B. Financial Documents: (2nd Envelope) (a) Bid Prices In The Bill Of Quantities Failure To Submit The Above Requirements On Time Or A Finding Against The Veracity Of Such Shall Be Ground For The Forfeiture Of The Bid Security And Disqualify The Bidder For Award. Performance Security And Warranty Shall Be Governed By The Provisions Of Secs. 39 And 62, Respectively, Of The Revised Irr-a Of R.a. 9184. Bid Documents Can Be Obtained Upon Payment Of Non-refundable Fee Equivalent To The Total Amount Of The Abc Of The Items In Which Interested Bidders Intend To Bid, In Accordance With The Guidelines On The Sale Of Bidding Documents, Appendix 25 Of The Revised Irr Of R.a. 9184: Approved Budget For The Contract (abc) Maximum Cost Of Bidding Documents (in Philippine Peso) 500,000 And Below 500.00 More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 More Than 50 Million Up To 500 Million 50,000.00 More Than 500 Million 75,000.00 Bid Documents Can Be Obtained At The Bac Secretariat, Office Of The Bids And Awards Committee, This City, Tel. No. (035) 402-8047, Anytime During Office Hours; And Can Also Be Inquired For Further Information Or Particulars. All Other Particulars Relative To The Procurement Process Shall Be Governed By The Revised Implementing Rules And Regulations Of R.a. 9184 Otherwise Known As The Government Procurement Reform Act. Eligibility Requirements Including Technical Documents And Financial Documents Shall Be Submitted Together Each In Separate Sealed Envelopes Duly Marked As Such On January 21, 2025 At The City Budget Office, 2nd Floor, City Hall Annex Building, This City, At 1:30 Pm At Which Date, Place, And Time Said Envelopes Shall Be Opened In The Presence Of The Members Of The Bac, The Attending Bidders, The Observers, Or Their Duly Authorized Representative. Late And Unsealed Bids Shall Not Be Accepted. The City Government Of Bais Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Anytime Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd.) Mr. Rene C. Llera Sao (cashier Iv)/oic-cbo Chair, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 3.9 Million (USD 67.4 K)
U S COAST GUARD USA Tender
Others
United States
Details: 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.
solicitation Number 70z04025q60522y00 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05, Dated 22 May 2024.
it Is Anticipated That A Best Value Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency.
best Value Will Be Evaluated By Who Can Provide The Complete Requirement, Who Meets Our Required Time Frame And By Price.
all Vendors Providing A Quotation Must Either Have An Active Sam.gov Registration Or Provide Proof They Have Submitted Their Entity For Registration.
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.
the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order.
the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items:
vendor Information:
entity Name
entity Unique Entity Id
entity Address
entity Poc
entity Phone Number
poc Email Address
vendor Shall Provide:
item 1: Chain
nsn: 4010 01-368-2606
cage Code & Part Number: 39428 / 3620t21; 3a054 / 3620t21; 7d409 / 3620t21
description: Chain, 5/16", Aluminum, Trade Size
quantity: 10 Ft
unit Price:
line Total:
estimated Delivery Date:
item 2: Shackle
nsn: 4030 01-lg1-9555
cage Code & Part Number: 07by4 / 3555t45
description: Shackle, 1/4" Trade Size, Bolt Type, Alloy Steel, Asme B30.26.
quantity: 1 Ea
unit Price:
line Total:
estimated Delivery Date:
item 3: Shackle
nsn: 4030 01-lg1-9556
cage Code & Part Number: 07by4 / 8494t27
description: Shackle, 3/8" Trade Size, Bolt Type, Alloy Steel, Asme B3026.
quantity: 5 Ea
unit Price:
line Total:
estimated Delivery Date:
item 4: Shackle
nsn: 4030 01-lg1-9559
cage Code & Part Number: 07by4 / 8494t33
description: Shackle, 7/8" Trade Size, Bolt Type, Alloy Steel, Asme B30.26.
quantity: 1 Ea
unit Price:
line Total:
estimated Delivery Date:
item 5: Wire Rope Sling
nsn: 4020 01-lg1-9560
cage Code & Part Number: 07by4 / 3550t34
description: Wire Rope Sling, 1/4" -6 X 19, Iwrc Core, Steel 4' Long, Crimped Eyes W/ Reinforced Thimble.
quantity: 4 Ea
unit Price:
line Total:
estimated Delivery Date:
item 6: Lanyard
nsn: 4010 01-588-6790
cage Code & Part Number: 07by4 / 30645t31
description: Lanyard, Eye To Eye, 1/8" Dia Wire, 12" Long, Galvanized Steel, Nylon Coated.
quantity: 1 Ea
unit Price:
line Total:
estimated Delivery Date:
item 7: Lanyard
nsn: 4010 01-lg1-9566
cage Code & Part Number: 07by4 / 3045t332
description: Lanyard, Loop To Tab, 1/16" Dia Wire Rope, 12" Long, Nylon Coated, 18-8 Stainless Steel.
quantity: 2 Ea
unit Price:
line Total:
estimated Delivery Date:
item 8: Stud
nsn: 4010 01-lg1-9749
cage Code & Part Number: 7d409 / 96466a030; Mcmaster Carr P/n 96466
description: Stud, Weld Type, Right Angle, 10-24 Thread, 18-8 Stainless Steel
quantity: 2 Ea
unit Price:
line Total:
estimated Delivery Date:
item 9: Hoist
nsn: 3950 01-lg1-9572
cage Code & Part Number: 45a24 / Ml250kr-1r10-r6
description: Hoist, Chain, Pneumatic, 550 Lbs Cap, 45 Scfm, 90 Psi, Self Adjusting Disc, Inlet Size 1/2", Lift 10 Ft, Lift Speed 26 Fpm.
quantity: 1 Ea
unit Price:
line Total:
estimated Delivery Date:
item 10: Load Arrestor
nsn: 3950 01-lg1-9551
cage Code & Part Number: 12708 / 47269; 0svp8 / 47269
description: Load Arrestor, Floor Mounted, 1100 Lbs Workingload Limit, 6.5 Mm Wire Rope, Travel 50 Ft.
quantity: 1 Ea
unit Price:
line Total:
estimated Delivery Date:
item 11: Pulley
nsn: 3020 01-lg1-9552
cage Code & Part Number: 07by4 / 32225t41
description: Pulley, Mounted 4 Holes, Lifting, For 1/4" Wire Rope, Single Groove With Bearing, 5/16" Wide, Steel, Style 2, Feed Through Line, Capacity 3500lbs., Od 4 1/4", 5 1/4" W X 4 1/4" L X 4 1/2" H 3/8" Holes, Asme B30.26.
quantity: 1 Ea
unit Price:
line Total:
estimated Delivery Date:
item 12: Handle
nsn: 3040 01-lg1-7126
cage Code & Part Number: 3b558 / 449812060401026
description: Handle, Valve Handle Assy F641 5-6" F661 K31 Bad Adap.
quantity: 3 Ea
unit Price:
line Total:
estimated Delivery Date:
* Delivery Address And Terms Stated Below. *
* Access To Some Drawings May Be Export-controlled And Require Any Recipient To Be Registered In The Joint Certification Program (jcp) Through Dla To Receive The Drawing.
*any Proposed Substitutions Must Be Accompanied By A Specification Sheet To Undergo Evaluation By The Requiring Officials For Compatibility To The Requirement. *
*all Deliveries Are Required To By 7/13/2025*
** Total Cost Shall Have Delivery And Any Freight Charges Included. **
** Shipping: Fob Destination Required. **
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 Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped.
all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00am To 1:00pm.
please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To Torrance Campbell At Torrance.o.campbell@uscg.mil And Luis Rodriguez At Luis.a.rodriguez3@uscg.mil.
invoicing In Ipp
it Is 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 Purchase Order Number, Vendor’s Invoice 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). Shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable). Shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable).
to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. To Gain Access Please Indicate If You Don’t Have An Account So The Issuing Office Can Establish One For You.
far Clauses
this Order Is Subject To But Is Not Limited To The Following Federal Acquisition Regulations:
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.
52.204-26 Covered Telecommunications Equipment Or Services-representation.
52.212-1 Instructions To Offerors—commercial Products And Commercial Services.
52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services.
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities.
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
Closing Date15 Jan 2025
Tender AmountRefer Documents
National Fisheries Research & Development Institute Tender
Laboratory Equipment and Services
Philippines
Details: Description Supply And Delivery Of Atomic Absoption Spectrophotometer (aas) And Total Organic Carbon/ Particulate Organic Carbon Analyzer (toc/poc) Atomic Absorption Spectrophotometer (aas) With Complete Accessories Aas Main Unit Optics Wavelength Range: At Least 185 - 900nm Monochromator: Aberation-corrected Czerny-turner Mounting Or Equivalent Number Of Grating Grooves: At Least 1800 Lines/mm Focal Length: At Least 300 Mm Grating Area: At Least 40 X 40 Mm Bandwidth: 0.2, 0.7, 1.3, 2.0l Nm (4-step Automatic Switching) Or Better Detector: Photomultiplier Tube Optics: Double Beam Background Correction: Self-reversal And Dueterium Or Equivalent Number Of Hollow Cathode Lamps: 6-lamp Turrent Or Better, And Capable Of 2 Lamps Simultaneously Lit (1 For Measurement And 1 For Warming Up For Next Measurement) Graphite Furnace Analyzer Heating Temperature Range: Ambient To At Least 3,000oc Setting Heating Condition: Maximum 20 Stages Heating Mode: Ramp Or Step Inner Gas Type: Dual Automatic Switching Type Or Equivalent Inner Gas Flow Rate: At Least 0 To 1.5 L/min With Cooling Water Flow Rate Monitor With Gas Pressure Monitor With Overcurrent Protection Unit With Furnace Block Cooling Check Flame Type: Air-cooled Premix Type Or Equivalent Burner Head: Titanium 10 Cm Slot Or Equivalent Nebulizer: Pt-ir Capillary, Ptfe Orifice, Ceramic Impact (capable Of Handling Hydrofluoric Acid) Or Equivalent Chamber: Engineering Plastic Or Equivalent Burner Atomizer: Manual Adjustment For Lateral Or Vertical, Automatic Position For Burner Height Angle Adjusment: Adjustable Burner Angle From 0 To 90o Type: Air-acetylene Flame And Nitrous Oxide-acetylene Flame Flow Rate Control: Automatic Fuel Gas Flow Rate Setting Of (0.1l/min Step) And Automatic Search Of Optimum Gas Flow Rate With Automatic Fuel Gas Leak Detector With Prevention Of Wrong Burner Head Use With Drain Tank Level Monitor With Flame Monitor With Gas Pressure Monitor With Automatic Flame Extinction Upon Power Outrage Or Sudden Power Interruption With Automatic Flame Extinction Via Vibration Sensor With Internal Fan Stop Sensor Autosampler Function: Capable To Perform Zero-point Calibration, Auto Diagnosis, Auto Rinse, Auto Mixing, And Random Access Compatibility: Flame And Furnace Measurement Sample Vial: At Least 2 Ml Reagent Vial: At Least 20 Ml Nozzle Rinse: Solvent Rinse Discharge Method Sampling Function: Dilution Function, Reagent Addition Function Syringe: At Least 250 Microliter Injection Volume: At Least 2 To 90 Microliter Repeatability: 1% Rsd For 20 Microliter Position: Minimum Of 8 Positions For Reagent And 60 Positions For Sample Software Can Perform Extrapolation Of Calibration Curve Range. If The Sample Concentration Exceeds The Calibration Curve, Additional Measurements Can Be Performed On Standard Solutions To Re-calculate The Concentration Real-time Drying And Ashing Progress Display During Furnace Measurement Capable To Set-up Sample Dilution And Spike-and-recovery Test With Overlay Function For Size And Shape Comparison Of Peak Profiles Training On The Use, Care And Maintenance Of The Equipment Other Accessories A. Complete Pc System Specification: Processor: Core I7-12700 (2.1ghz) Memory: 8gb Ddr4 3200 Storage: 1tb+256gb Ssd Display: 23.8" Ka242y (f02aka242y) Operating System: Win 11 Graphics Card: Gt1030 2gb Software: Office H&s Connectivity: Wifi/ Bt With Wireless Keyboard And Mouse B. Printer Specification: Resolution: At Least 720 X 720 Dpi Print Speed: Up To 9.0 Ipm For Black And 4.8 Ipm For Color Paper Feed Method: Friction Feed Number Of Paper Trays: 1 Paper Hold Capacity: Up To 50 Sheets Of Plain Paper (75gsm) Paper Size: A4, Letter, And Legal Interface: 2.0 Usb With 1 Set Of Refill (black, Cyan, Magenta, And Yellow Ink Bottle) C. One Set Of Standards (500 Ml) Mercury, Copper, Lead, Manganese, Cadmium, And Arsenic D. Hollow Cathode Lamp Mercury, Copper, Lead, Manganese, Cadmium, And Arsenic E. Regulator Acetylene And Argon F. Gas Cylinder, Uhp 1 Cylinder Acetylene Gas 3 Cylinders Argon Gas G. Water Circulator Circulation Method: Closed Loop Circulation Temperature Setting Range: At Least -20 To 30oc Temperature Control Accuracy: ± 2oc Or Better Pump Max Flow: 12 - 14 L/min Temperature Control: Refrigerator On-off Control Temperature Display: Digital Display Coolant: R407c Or Equivalent Cooling Capacity: At Least 1200w At Liquid Temperature 10oc H. Air Compressor During Flame Analysis Note: Warranty: Five (5) Year On Parts, Calibration, Service, Andpreventive Maintenance Service With Pm Kits Place Of Delivery - Nfrdi Quezon City Delivery Period: 30 To 45 Days Upon Receipt Of Ntp "total Organic Carbon / Particulate Organic Carbon System" Measurement Method: 680°c Combustion Catalytic Oxidation – Non Dispersive Infrared Detection (ndir) Method Operation Method: Pc Controlled Toc "measured Items: Tc, Ic, Toc (=tc-ic), Npoc (non-purgeable Organic Carbon, Toc Measurement Via Acidification And Sparging)" Applicable Samples: Aqueous Sample (optional Solid/gas Samples) Measurement Range: Tc: 0 To 30,000 Mg/l; Ic: 0 To 35,000 Mg/l (option); Tn: 0 To 10,000 Mg/l; Poc: 0 To 500 Mg/l Detection Limit: Tc, Ic: 4 Μg/l, Tn: 5 Μg/l Reproducibility: Tc, Ic, Npoc: Cv 1.5 % Max. Or ±4 Μg/l Max Measuring Time: Tc : Approx. 3 Mins; Ic : Approx. 3 Mins Sample Injection: Automatic Injection Using A Syringe Pump And Slide Type Injection Mechanism Sample Injection Volume: 10 To 2,000 Μl Variable Ic Removal: Automatic Addition Of Acid And Sparging Sample Dilution: Dilution Rate Of 2x To 50x (automatic Sample Dilution By Syringe Pump); Dilution Accuracy: ±2 % Max. (2x To 20x); ±5 % Max. (21x To 50x) "display And Operations: Operation By Color Lcd Screen And Keyboard" "carrier Gas: High-purity Air (co, Co2, Hc Content: Each 1 Ppm Max., Dew Point: -50 °c Max.); Supply Pressure: 200±10 Kpa (additional Use Of Optional Carrier Gas Regulator: 300 To 600 Kpa)" Gas Consumption: 150 Ml/min (230 To 250 Ml/min During Sparging) (variable Flow Rate) Power Supply: 100 To 240 V Ac, 600 Va Ambient Temp Range: 5 To 35°c Dimensions: W340 X D660 X H480 Mm Weight: Approx. 35 Kg "asi-l Autosampler: 24 Ml Vials, Capacity: 24 Ml X 93 Samples Can Be Added During Continuous Measurement. Includes: 100 Pcs Of 24ml Vials With Cap And Septum, 2sets Magnetic Stirrer With Stir Bars" Inclusive Of: "complete Standard Accessories/ Consumables (as Spare): Halogen Scrubber Carbon Dioxide Absorber Combustion Tube Standard Catalyst Quartz Wool (1g)" Toc-l Software "complete Computer Set (dell Desktop) Intel Core I5, Windows 10 Pro, 16gb Ram, 1tb Hdd + 256gb Ssd" Printer (epson Or Hp Continuous Colored Ink Printer) Microsoft Office With License Complete Gas Line Installation For Air (with Regulator, On/off Valve) Avr, 3 Kva 1 Tank Of Synthetic Air (for Initial Use) Suspended Sample Kit For Toc And Autosampler, 2 Pcs. Each High-salt Sample Combustion Kit High Suspension Kit Standard, Potassium Hydrogen Phthalate (khp) "solid Sample Combustion Unit Capable Of Toc And Poc Measurements In Solid Samples Tc Oxidation Method: Combustion Catalytic Oxidation (tc Furnace Temperature: 900 °c) Maximum Sample Amount: 1 G Carrier Gas: 99.9 % O2 At 500 Ml/min Features: Measurement Of Maximum 1 G Samples With Up To30 Mg Carbon Content Reduces Weighing Errors, And Errors Due To Uneven Distribution Of The Sample Carbon Content. Measurement Of Inorganic Carbon (carbonate) In Solid Samples. Measurement Of Aqueous Samples Containing Large Quantities Of Suspended Substances. " "tnm-l Tn (total Nitrogen) Unit Measurement Method: Chemiluminescence Measured Items: Tn (total Nitrogen) Measurement Range: 0 To 10,000 Mg/l Detection Limit: 5μg/l (cph, Csn) Reproducibility: Cv 3 % Max. Measuring Time: Approx 4 Min" Synthetic Air Generator (as Alternative From Using Synthetic Air Tank) "warranty: One (1) Year On Parts Five (5) Years Preventive Maintenance Service And Pm Kit (once A Year For 5 Years)" "training: 1. Includes On-site Training On Basic Instrument Principles, Operation, Maintenance, And Troubleshooting By Chemist/engineers Of The Company 2. Includes Follow-up Trainings And Assistance On The Operation. 3. Training On Toc Principles, Operation, Maintenance And Troubleshooting For Two (2) Pax." Note: Warranty: Five (5) Year On Parts, Calibration, Service, Andpreventive Maintenance Service With Pm Kits Place Of Delivery - Ffrdc, Butong, Taal, Batangas Delivery Period: 45 Days Upon Receipt Of Ntp
Closing Date28 Jan 2025
Tender AmountPHP 20.5 Million (USD 349.5 K)
CALANGAG ELEMENTARY SCHOOL SIATON, NEGROS ORIENTAL Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Quantity Unit Of Issue Item Description Stock No. General Requirements 3 Lot Mobilization/ Temporary Structures, Utilities And Services/demobilization/standard Billboard/material Testing 3 Lot Safety And Health 3 Lot Hauling Cost Sub-total Two Seater Toilet Earthworks 1.00 28.17 Sq.m Clearing And Grubbing 1.01 11.16 Cu.m Structural Excavation 1.02 11.1 Cu.m Backfilling And Compaction 1.03 2.01 Cu.m Gravel Bedding G-1 1.04 2.82 Cu.m Select Fill 1.06 28.17 Sq.m Soil Poisoning 1.05 Sub-total Concreting Works 2.00 7.17 Cu.m Wall Footing 66 Bag Portland Cement 2.01 7.5 Cu.m Crushed Gravel 1" 2.05 3.75 Cu.m Washed Sand 2.03 2.1 Cu.m Column 21 Bag Portland Cement 2.01 2.25 Cu.m Crushed Gravel 3/4" 2.02 1.5 Cu.m Washed Sand 2.03 1.08 Cu.m Beams 12 Bag Portland Cement 2.01 1.5 Cu.m Crushed Gravel 3/4" 2.02 0.75 Cu.m Washed Sand 2.03 2.85 Cu.m Slab On Grade 27 Bag Portland Cement 2.01 3 Cu.m Crushed Gravel 1" 2.05 1.5 Cu.m Washed Sand 2.03 0.51 Cu.m Handwashing 6 Bag Portland Cement 2.01 0.75 Cu.m Crushed Gravel 3/4" 2.02 0.75 Cu.m Washed Sand 2.03 Sub-total Rebar Works 3.00 268.5 Kg Wall Footing 301.29 Kg Column 120.42 Kg Beam 108.81 Kg Slab On Grade 19.83 Kg Handwashing 818.82 Kg Deformed Round Bars, Grade 40 3.01 18 Kg G.i. Tie Wire 3.02 Sub-total Formworks 4.00 41.76 Sq.m Column 213.3 Bd.ft Coco Lumber 4.01 6 Pc Plywood Ordinary, 1/4" X 4' X 8' 4.02 3 Kg Cwn, Assorted 4.04 9.99 Sq.m Beams 51.3 Bd.ft Coco Lumber 4.01 3 Pc Plywood Ordinary, 1/4" X 4' X 8' 4.02 3 Kg Cwn, Assorted 4.04 5.16 Sq.m Handwashing 27 Bd.ft Coco Lumber 4.01 3 Pc Plywood Ordinary, 1/4" X 4' X 8' 4.02 3 Kg Cwn, Assorted 4.04 Sub-total Masonry Works 5.00 72.33 Sq.m Masonry Wall 906 Pc Chb 6" Thk 5.05 24 Bag Portland Cement 5.02 6 Cu.m Washed Sand 5.03 96 Kg 10mm X 6m Rsb 5.06 3 Kg G.i. Tie Wire 5.07 144.63 Sq.m Plastering 45 Bag Portland Cement 5.02 6 Cu.m Washed Sand 5.03 Sub-total Doors And Windows 6.00 D-3 Flush Door 0.70 X 2.10 On 150 Mm 6 Set Wooden Jamb Complete With Accessories 6.05 Sub-total Steel Works 7.00 272.13 Kg Lc 75 X 38 X 15 X 2.0mm 7.03 27.9 Kg L 50 X 50 X 6mm 7.14 6 Pc B.i. Pipe 75mmø Sch 40 7.37 6 Pc Tubular 50mm X 100mm X 1.5mm 7.29 15 Pc 50mm X 75mm X 1.2mm Tubular Pipe 6 Kg D12mm Rsb (grade 40) 0.45 Pc Steel Plate 1.20m X 2.40m X 6mm 7.27 12 Pc Anchor Bolt With Nuts And Washers, 12mmø X 50mm X 300mm 7.34 24 Pc Anchor Bolt With Nuts And Washers, 16mmø X 100mm 7.33 159 Pc 10mmø Bolt With Nuts And Washers 7.35 9 Kg Welding Rod 7.46 Sub-total Roofing Works 8.00 25.65 M Long-span Roofing, Corrugated, Pre-painted, 220mm X 0.4mm Thk 8.16 6 Pc Flashing Ga 26, 24"x28' 8.13 207 Pc Teckscrew 2-1/2" 8.35 6 L Roof Sealant 8.36 19.89 Sq.m Polycarbonate Sheets Twin Wall 6mm Thick Including Accessories 8.16 Sub-total Carpentry Works 9.00 19.05 Sq.m Ceiling 84 Bd.ft Rough Lumber, Sun Dried, Tanguile 9.13 9 Pc Plywood, Marine 1/4" X 4' X 8' 9.06 3 Kg Finishing Nails 9.22 3 Kg Common Wire Nails 9.23 12 Pc Fascia Board, Fiber Cement 10" X 12" 9.19 3 Pc Ceiling Vent 1" X 12" X 4' With Screen 9.15 Sub-total Electrical Works 10.00 Roughing-ins 15 Pc Electrical Conduit Upvc, 15mmø 10.01 3 Pc Junction Box, 4" X 4" G.i. 10.16 6 Pc Utility Box, 2" X 4" G.i. 10.17 0 Wires & Fixtures 144 M 3.5 Mm2 Thw Wire, Stranded 10.11 9 Pc Single Switch With Plate 10.23 9 Pc Ceiling Receptacle 3-1/2"ø 10.33 9 Set Incandescent Bulb 50w 10.53 3 Pc Electrical Tape 10.58 Sub-total Plumbing Works 11.00 6 Set Water Closet 1.6gpf With Accessories 11.62 6 Set Water Closet Flange 11.61 9 Pc Faucet, Plain Bibb, Brass 1/2"ø 11.59 15 Pc S.s Floor Drain 4' X 4" 11.65 3 Set S.s Grab Rail 1-1/2"ø 11.68 3 Pc Gate Valve, 1/2"ø 11.44 15 Pc Pp-r Pipe 1/2"ø 11.06 15 Pc Pp-r Elbow 90o X 1/2"ø 11.21 9 Pc Pp-r Tee, 1/2"ø 11.15 3 Pc Pp-r Coupting Reducer, 1/2" X 3/4" Ø 11.24 15 Pc Pp-r Adaptor Female Thread 1/2"ø 11.77 3 Roll Teflon Tape 11.66 Sub-total Sanitary Works 12.00 6 Pc Upvc Sanitary Pipe 4"ø 12.09 15 Pc Upvc Sanitary Pipe 2"ø 12.07 9 Pc Upvc Elbow 90o X 2"ø 12.11 9 Pc Upvc Tee 2" X 2" 12.17 9 Pc Upvc Elbow 90o X 4"ø 12.13 15 Pc Upvc P-trap 2" 12.30 3 Can Brass Cleanout 4" X 4" 12.28 3 Lot Pvc Cement 12.33 3 Septic Vault (1.50 M X 2.00 M X 1.80 M) Sub-total Painting Works 13.00 102.33 Sq.m Concrete Surfaces 1.5 Gal Neutralizer 13.18 3 Gal Latex, Flat 13.01 3 Gal Latex, Semi Gloss 13.02 3 Qrt Acri Color 13.20 59.37 Sq.m Wood Surfaces 1.5 Gal Enamel, Flatwall 13.04 1.5 Gal Enamel, Semi Gloss 13.05 1.5 Gal Paint Thinner 13.16 Sub-total Tile Works 14.00 42.3 Sq.m Wall 1092 Pc Glazed Wall Tiles 20cm X 20 Cm 14.04 9 Bag Tile Adhesive 25 Kg/bag 14.16 12 Pc Tile Tnm 6mm 14.13 6 Bag Tile Grout 5 Kg/bag 14.15 11.25 Sq.m Flooring 291 Pc Unglazed Floor Tiles 20cm X 20cm 14.01 3 Bag Tile Adhesive 25 Kg/bag 14.16 3 Bag Tile Grout 5kg/bag 14.15 7.5 Sq.m Handwashing 195 Pc Unglazed Floor Tiles 20cm X 20cm 14.01 3 Bag Tile Adhesive 25 Kg/bag 14.16 3 Bag Tile Grout 5kg/bag 14.15 Sub-total
Closing Date27 Jan 2025
Tender AmountPHP 504.6 K (USD 8.6 K)
Department Of National Defence Tender
Others
Canada
Description: File Number: W8476-256986/a Notice Of Proposed Procurement The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At 25cfsd Montreal And 7cfsd Edmonton By March 4th , 2025. Item 1, Gsin: 5325, Nsn: 5325 33 205 9306 Ring, Retaining P/n Requested: 2004780 Nscm/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 2, Gsin: 5325, Nsn: 5325 33 205 9306 Ring, Retaining P/n Requested: 2004780 Nscm/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 3, Gsin: 5360, Nsn: 5360 33 202 1304 Spring, Helical, Extension P/n Requested: 2007800 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 4, Gsin: 5360, Nsn: 5360 33 202 1304 Spring, Helical, Extension P/n Requested: 2007800 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 5, Gsin: 5330, Nsn: 5330 12 175 2642 Seal Plain P/n Requested: Babsl60x80x7/7,5-72nbr/902 Nscm/cage / Cof/cage: D2480 Quantity: 15 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 6, Gsin: 5330, Nsn: 5330 12 175 2642 Seal Plain P/n Requested: Babsl60x80x7/7,5-72nbr/902 Nscm/cage / Cof/cage: D2480 Quantity: 15 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 7, Gsin: 3110, Nsn: 3110 12 164 8047 Bearing, Roller, Tapered P/n Requested: 32009-xa Nscm/cage / Cof/cage: D2456 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 8, Gsin: 3110, Nsn: 3110 12 164 8047 Bearing, Roller, Tapered P/n Requested: 32009-xa Nscm/cage / Cof/cage: D2456 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 9, Gsin: 2530, Nsn: 2530 99 780 7800 Steering Wheel P/n Requested: 294745-003 Nscm/cage / Cof/cage: U1607 Quantity: 2 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 10, Gsin: 2530, Nsn: 2530 99 780 7800 Steering Wheel P/n Requested: 294745-003 Nscm/cage / Cof/cage: U1607 Quantity: 2 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 11, Gsin: 4730, Nsn: 4730 12 395 7588 Elbow, Tube P/n Requested: Wee10lromdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 12, Gsin: 4730, Nsn: 4730 12 395 7588 Elbow, Tube P/n Requested: Wee10lromdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 13, Gsin: 4730, Nsn: 4730 33 107 9371 Adapter, Straight, Tube To Boss P/n Requested: 4730700014 Nscm/cage / Cof/cage: 0125b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 14, Gsin: 4730, Nsn: 4730 33 107 9371 Adapter, Straight, Tube To Boss P/n Requested: 4730700014 Nscm/cage / Cof/cage: 0125b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 15, Gsin: 5330, Nsn: 5330 33 218 0038 Gasket P/n Requested: 4065545 Nscm/cage / Cof/cage: 0848b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 16, Gsin: 5330, Nsn: 5330 33 218 0038 Gasket P/n Requested: 4065545 Nscm/cage / Cof/cage: 0848b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 17, Gsin: 4730, Nsn: 4730 12 363 3125 Reducer, Tube P/n Requested: Red12/06zla3c Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 18, Gsin: 4730, Nsn: 4730 12 363 3125 Reducer, Tube P/n Requested: Red12/06zla3c Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 19, Gsin: 5330, Nsn: 5330 15 121 0511 Packing, Preformed P/n Requested: 5-612 N674-70 Nscm/cage / Cof/cage: A3958 Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 20, Gsin: 5330, Nsn: 5330 15 121 0511 Packing, Preformed P/n Requested: 5-612 N674-70 Nscm/cage / Cof/cage: A3958 Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 21, Gsin: 4730, Nsn: 4730 12 397 0740 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1/4cfx Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 22, Gsin: 4730, Nsn: 4730 12 397 0740 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1/4cfx Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 23, Gsin: 4820, Nsn: 4820 15 201 5924 Valve, Regulating, Fluid Pressure P/n Requested: Vcf35c B Viton Nscm/cage / Cof/cage: A4752 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 24, Gsin: 4820, Nsn: 4820 15 201 5924 Valve, Regulating, Fluid Pressure P/n Requested: Vcf35c B Viton Nscm/cage / Cof/cage: A4752 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 25, Gsin: 5930, Nsn: 5930 14 585 6465 Pedal Switch (foot) P/n Requested: Xpem110 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 26, Gsin: 5930, Nsn: 5930 14 585 6465 Pedal Switch (foot) P/n Requested: Xpem110 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 27, Gsin: 5930, Nsn: 5930 33 218 9773 Switch Thermostatic P/n Requested: 36030 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 28, Gsin: 5930, Nsn: 5930 33 218 9773 Switch Thermostatic P/n Requested: 36030 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 29, Gsin: 5820, Nsn: 5820 37 545 1937 Control-converter P/n Requested: Ddr-30g-24 Nscm/cage / Cof/cage: S8116 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 30, Gsin: 5820, Nsn: 5820 37 545 1937 Control-converter P/n Requested: Ddr-30g-24 Nscm/cage / Cof/cage: S8116 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 31, Gsin: 5920, Nsn: 5920 33 219 4072 Fuse Holder Extractor Post P/n Requested: P.616 Nscm/cage / Cof/cage: 8816b Quantity: 2 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 32, Gsin: 5920, Nsn: 5920 33 219 4072 Fuse Holder Extractor Post P/n Requested: P.616 Nscm/cage / Cof/cage: 8816b Quantity: 2 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 33, Gsin: 1680, Nsn: 1680 01 669 8259 Lever, Control P/n Requested: 1007185 Nscm/cage / Cof/cage: 7k7f9 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 34, Gsin: 1680, Nsn: 1680 01 669 8259 Lever, Control P/n Requested: 1007185 Nscm/cage / Cof/cage: 7k7f9 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 35, Gsin: 4730, Nsn: 4730 33 205 3376 Fitting, Lubrification P/n Requested: 2009319 Nscm/cage / Cof/cage: 0848b Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 36, Gsin: 4730, Nsn: 4730 33 205 3376 Fitting, Lubrification P/n Requested: 2009319 Nscm/cage / Cof/cage: 0848b Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 37, Gsin: 5306, Nsn: 5306 33 217 5746 Bolt, Internal Wrenching P/n Requested: 412396 16 Nscm/cage / Cof/cage: 551bb Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 38, Gsin: 5306, Nsn: 5306 33 217 5746 Bolt, Internal Wrenching P/n Requested: 412396 16 Nscm/cage / Cof/cage: 551bb Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 39, Gsin: 5325, Nsn: 5325 33 205 9306 Pin, Cotter P/n Requested: 0602254 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 40, Gsin: 5325, Nsn: 5325 33 205 9306 Pin, Cotter P/n Requested: 0602254 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 41, Gsin: 5305, Nsn: 5305 12 370 7996 Setscrew P/n Requested: Iso4026-m10x40-45h Nscm/cage / Cof/cage: I9008 Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 42, Gsin: 5305, Nsn: 5305 12 370 7996 Setscrew P/n Requested: Iso4026-m10x40-45h Nscm/cage / Cof/cage: I9008 Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 43, Gsin: 5310, Nsn: 5310 12 188 6493 Nut, Plain, Castellated, Hexagon P/n Requested: Din979-m24x1,5-05-znphrf Nscm/cage / Cof/cage: D8286 Quantity: 40 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 44, Gsin: 5310, Nsn: 5310 12 188 6493 Nut, Plain, Castellated, Hexagon P/n Requested: Din979-m24x1,5-05-znphrf Nscm/cage / Cof/cage: D8286 Quantity: 40 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 45, Gsin: 2530, Nsn: 2530 33 000 0734 Cap, Grease P/n Requested: 3499 Nscm/cage / Cof/cage: 1974b Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 46, Gsin: 2530, Nsn: 2530 33 000 0734 Cap, Grease P/n Requested: 3499 Nscm/cage / Cof/cage: 1974b Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 47, Gsin: 5310, Nsn: 5310 33 205 6966 Washer, Finishing P/n Requested: 0201969 Nscm/cage / Cof/cage: 0848b Quantity: 40 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 48, Gsin: 5310, Nsn: 5310 33 205 6966 Washer, Finishing P/n Requested: 0201969 Nscm/cage / Cof/cage: 0848b Quantity: 40 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 49, Gsin: 3120, Nsn: 3120 12 177 8991 Bearing, Washer, Thrust P/n Requested: Paw32p10 Nscm/cage / Cof/cage: D4871 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 50, Gsin: 3120, Nsn: 3120 12 177 8991 Bearing, Washer, Thrust P/n Requested: Paw32p10 Nscm/cage / Cof/cage: D4871 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 51, Gsin: 4320, Nsn: 4320 14 547 1429 Governor, Pump, Pressure Regulating P/n Requested: Olsa40152b0001 Nscm/cage / Cof/cage: F1606 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 52, Gsin: 4320, Nsn: 4320 14 547 1429 Governor, Pump, Pressure Regulating P/n Requested: Olsa40152b0001 Nscm/cage / Cof/cage: F1606 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 53, Gsin: 4730, Nsn: 4730 12 130 6681 Tee, Tube P/n Requested: T6l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 54, Gsin: 4730, Nsn: 4730 12 130 6681 Tee, Tube P/n Requested: T6l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 55, Gsin: 4730, Nsn: 4730 12 185 2661 Tee Tube P/n Requested: Evl6l0md Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 56, Gsin: 4730, Nsn: 4730 12 185 2661 Tee Tube P/n Requested: Evl6l0md Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 57, Gsin: 4730, Nsn: 4730 12 375 7616 Adapter, Straight, Tube To Boss P/n Requested: Ge10lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 25 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 58, Gsin: 4730, Nsn: 4730 12 375 7616 Adapter, Straight, Tube To Boss P/n Requested: Ge10lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 25 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 59, Gsin: 4730, Nsn: 4730 12 383 8749 Adapter, Straight, Tube To Boss P/n Requested: Ge06lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 60, Gsin: 4730, Nsn: 4730 12 383 8749 Adapter, Straight, Tube To Boss P/n Requested: Ge06lredomdcf Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 61, Gsin: 4730, Nsn: 4730 01 692 0371 Tee, Tube P/n Requested: Wh10lromdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 62, Gsin: 4730, Nsn: 4730 01 692 0371 Tee, Tube P/n Requested: Wh10lromdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 63, Gsin: 4730, Nsn: 4730 14 446 4289 Adapter, Straight, Tube To Boss P/n Requested: Ri1x1/2 Nscm/cage / Cof/cage: F0271 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 64, Gsin: 4730, Nsn: 4730 14 446 4289 Adapter, Straight, Tube To Boss P/n Requested: Ri1x1/2 Nscm/cage / Cof/cage: F0271 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 65, Gsin: 4730, Nsn: 4730 12 131 3965 Nipple, Tube P/n Requested: G10l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 66, Gsin: 4730, Nsn: 4730 12 131 3965 Nipple, Tube P/n Requested: G10l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 67, Gsin: 4730, Nsn: 4730 12 143 0160 Elbow Tube P/n Requested: Wsv15l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 68, Gsin: 4730, Nsn: 4730 12 143 0160 Elbow Tube P/n Requested: Wsv15l Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 69, Gsin: 4730, Nsn: 4730 01 556 0240 Union, Tube P/n Requested: Sv10lomdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 70, Gsin: 4730, Nsn: 4730 01 556 0240 Union, Tube P/n Requested: Sv10lomdcf Nscm/cage / Cof/cage: 30780 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 71, Gsin: 4730, Nsn: 4730 12 383 0939 Adapter, Straight, Tube To Boss P/n Requested: Sv12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 72, Gsin: 4730, Nsn: 4730 12 383 0939 Adapter, Straight, Tube To Boss P/n Requested: Sv12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 73, Gsin: 4730, Nsn: 4730 12 182 3200 Adapter, Straight, Tube To Boss P/n Requested: Evge12lred Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 74, Gsin: 4730, Nsn: 4730 12 182 3200 Adapter, Straight, Tube To Boss P/n Requested: Evge12lred Nscm/cage / Cof/cage: D8134 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 75, Gsin: 4730, Nsn: 4730 12 371 3068 Elbow, Tube P/n Requested: Ew12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 76, Gsin: 4730, Nsn: 4730 12 371 3068 Elbow, Tube P/n Requested: Ew12lomdcf Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 77, Gsin: 4730, Nsn: 4730 14 566 4961 Adapter, Straight, Tube To Boss P/n Requested: Ege10lredcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 78, Gsin: 4730, Nsn: 4730 14 566 4961 Adapter, Straight, Tube To Boss P/n Requested: Ege10lredcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 79, Gsin: 4730, Nsn: 4730 14 563 7624 Coupling Tube P/n Requested: Gz12lcf Nscm/cage / Cof/cage: C5018 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 80, Gsin: 4730, Nsn: 4730 14 563 7624 Coupling Tube P/n Requested: Gz12lcf Nscm/cage / Cof/cage: C5018 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 81, Gsin: 4730, Nsn: 4730 14 553 1150 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1-2edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 82, Gsin: 4730, Nsn: 4730 14 553 1150 Adapter, Straight, Tube To Boss P/n Requested: Ge12lr1-2edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 83, Gsin: 4730, Nsn: 4730 12 145 5655 Adapter, Straight, Tube To Boss P/n Requested: Ri3/4x3/8 Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 84, Gsin: 4730, Nsn: 4730 12 145 5655 Adapter, Straight, Tube To Boss P/n Requested: Ri3/4x3/8 Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 85, Gsin: 4730, Nsn: 4730 12 145 4376 Nipple, Tube P/n Requested: Sv6l Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 86, Gsin: 4730, Nsn: 4730 12 145 4376 Nipple, Tube P/n Requested: Sv6l Nscm/cage / Cof/cage: D8134 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 87, Gsin: 4730, Nsn: 4730 12 375 7584 Tee, Tube P/n Requested: T10lcfx Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 88, Gsin: 4730, Nsn: 4730 12 375 7584 Tee, Tube P/n Requested: T10lcfx Nscm/cage / Cof/cage: D8134 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 89, Gsin: 4310, Nsn: 4310 33 211 7744 Diaphragm, Pump, Special Shaped P/n Requested: 4008308 Nscm/cage / Cof/cage: 0848b Quantity: 3 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 90, Gsin: 4310, Nsn: 4310 33 211 7744 Diaphragm, Pump, Special Shaped P/n Requested: 4008308 Nscm/cage / Cof/cage: 0848b Quantity: 3 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 91, Gsin: 5930, Nsn: 5930 12 374 3592 Switch, Pressure P/n Requested: Pk6522 Nscm/cage / Cof/cage: C2241 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 92, Gsin: 5930, Nsn: 5930 12 374 3592 Switch, Pressure P/n Requested: Pk6522 Nscm/cage / Cof/cage: C2241 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 93, Gsin: 6350, Nsn: 6350 12 408 3672 Horn, Signal P/n Requested: 3al002952-811 Nscm/cage / Cof/cage: C6222 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 94, Gsin: 6350, Nsn: 6350 12 408 3672 Horn, Signal P/n Requested: 3al002952-811 Nscm/cage / Cof/cage: C6222 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 95, Gsin: 5925, Nsn: 5925 14 578 5902 Circuit Breaker P/n Requested: A9f94325 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 96, Gsin: 5925, Nsn: 5925 14 578 5902 Circuit Breaker P/n Requested: A9f94325 Nscm/cage / Cof/cage: Fas02 Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 97, Gsin: 2920, Nsn: 2920 33 107 4046 Switch, Lock, Ignition P/n Requested: 40130 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 98, Gsin: 2920, Nsn: 2920 33 107 4046 Switch, Lock, Ignition P/n Requested: 40130 Nscm/cage / Cof/cage: 1971b Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 99, Gsin: 5945, Nsn: 5945 33 204 7493 Retainer Electrical Relay P/n Requested: 3032294 Nscm/cage / Cof/cage: 0848b Quantity: 5 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 100, Gsin: 5945, Nsn: 5945 33 204 7493 Retainer Electrical Relay P/n Requested: 3032294 Nscm/cage / Cof/cage: 0848b Quantity: 5 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 101, Gsin: 5999, Nsn: 5999 99 225 5376 Contact, Electrical P/n Requested: Zbe-101 Nscm/cage / Cof/cage: K1674 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 102, Gsin: 5999, Nsn: 5999 99 225 5376 Contact, Electrical P/n Requested: Zbe-101 Nscm/cage / Cof/cage: K1674 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 103, Gsin: 5999, Nsn: 5999 01 548 3551 Block-assembly P/n Requested: Zb4bz101 Nscm/cage / Cof/cage: 3wag4 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 104, Gsin: 5999, Nsn: 5999 01 548 3551 Block-assembly P/n Requested: Zb4bz101 Nscm/cage / Cof/cage: 3wag4 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 105, Gsin: 6210, Nsn: 6210 14 596 0263 Light, Indicator P/n Requested: Zb4bvj4 Nscm/cage / Cof/cage: Fas02 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 106, Gsin: 6210, Nsn: 6210 14 596 0263 Light, Indicator P/n Requested: Zb4bvj4 Nscm/cage / Cof/cage: Fas02 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 107, Gsin: 5895, Nsn: 5895 01 690 4142 Joystick, Data Entry P/n Requested: Xd4pa22 Nscm/cage / Cof/cage: 56365 Quantity: 12 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 108, Gsin: 5895, Nsn: 5895 01 690 4142 Joystick, Data Entry P/n Requested: Xd4pa22 Nscm/cage / Cof/cage: 56365 Quantity: 12 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 109, Gsin: 5895, Nsn: 5895 33 212 1970 Joystick, Data Entry P/n Requested: 6065089 Nscm/cage / Cof/cage: 0848b Quantity: 9 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 110, Gsin: 5895, Nsn: 5895 33 212 1970 Joystick, Data Entry P/n Requested: 6065089 Nscm/cage / Cof/cage: 0848b Quantity: 9 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 111, Gsin: 5930, Nsn: 5930 01 483 8558 Switch, Push P/n Requested: Zbe-102 Nscm/cage / Cof/cage: 51917 Quantity: 8 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 112, Gsin: 5930, Nsn: 5930 01 483 8558 Switch, Push P/n Requested: Zbe-102 Nscm/cage / Cof/cage: 51917 Quantity: 8 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 113, Gsin: 5975, Nsn: 5975 12 407 4752 Locknut, Electrical Conduit P/n Requested: Gmm216/7pa Nscm/cage / Cof/cage: D1129 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 114, Gsin: 5975, Nsn: 5975 12 407 4752 Locknut, Electrical Conduit P/n Requested: Gmm216/7pa Nscm/cage / Cof/cage: D1129 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 115, Gsin: 3120, Nsn: 3120 14 501 0474 Bearing, Sleeve P/n Requested: Paf 40260 P10 Nscm/cage / Cof/cage: F0563 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 116, Gsin: 3120, Nsn: 3120 14 501 0474 Bearing, Sleeve P/n Requested: Paf 40260 P10 Nscm/cage / Cof/cage: F0563 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 117, Gsin: 5305, Nsn: 5305 33 204 7454 Hexagonal Screw P/n Requested: 0464246 Nscm/cage / Cof/cage: 0848b Quantity: 50 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 118, Gsin: 5305, Nsn: 5305 33 204 7454 Hexagonal Screw P/n Requested: 0464246 Nscm/cage / Cof/cage: 0848b Quantity: 50 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 119, Gsin: 5365, Nsn: 5365 33 207 7402 Spacer, Ring P/n Requested: 5002448 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 120, Gsin: 5365, Nsn: 5365 33 207 7402 Spacer, Ring P/n Requested: 5002448 Nscm/cage / Cof/cage: 0848b Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 121, Gsin: 3120, Nsn: 3120 12 174 9457 Bearing Sleeve P/n Requested: Pap1015p10 Nscm/cage / Cof/cage: D8092 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 122, Gsin: 3120, Nsn: 3120 12 174 9457 Bearing Sleeve P/n Requested: Pap1015p10 Nscm/cage / Cof/cage: D8092 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 123, Gsin: 5331, Nsn: 5331 12 389 2854 O-ring P/n Requested: V1 2394 P5008 Nscm/cage / Cof/cage: D1333 Quantity: 15 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 124, Gsin: 5331, Nsn: 5331 12 389 2854 O-ring P/n Requested: V1 2394 P5008 Nscm/cage / Cof/cage: D1333 Quantity: 15 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 125, Gsin: 3110, Nsn: 3110 12 145 5232 Bearing, Ball, Annular P/n Requested: 6002-2rsr Nscm/cage / Cof/cage: Cm647 Quantity: 20 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 126, Gsin: 3110, Nsn: 3110 12 145 5232 Bearing, Ball, Annular P/n Requested: 6002-2rsr Nscm/cage / Cof/cage: Cm647 Quantity: 20 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 127, Gsin: 5340, Nsn: 5340 43 001 2428 Catch, Clamping P/n Requested: Zb-06 Nscm/cage / Cof/cage: 1983h Quantity: 7 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 128, Gsin: 5340, Nsn: 5340 43 001 2428 Catch, Clamping P/n Requested: Zb-06 Nscm/cage / Cof/cage: 1983h Quantity: 7 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 129, Gsin: 9390, Nsn: 9390 12 383 9036 Nonmetalic Special Shaped Section P/n Requested: 209-0206 Nscm/cage / Cof/cage: D4291 Quantity: 30 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 130, Gsin: 9390, Nsn: 9390 12 383 9036 Nonmetalic Special Shaped Section P/n Requested: 209-0206 Nscm/cage / Cof/cage: D4291 Quantity: 30 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Item 131, Gsin: 4730, Nsn: 4730 14 553 1089 Adapter, Straight, Pipe To Tube P/n Requested: Ge06lr1-4edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 10 Unit Of Issue: Each To Be Delivered To 25 Cfsd Montreal, Quebec Item 132, Gsin: 4730, Nsn: 4730 14 553 1089 Adapter, Straight, Pipe To Tube P/n Requested: Ge06lr1-4edomdcf Nscm/cage / Cof/cage: Faqb2 Quantity: 10 Unit Of Issue: Each To Be Delivered To 7cfsd Edmonton, Alberta Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Nscm/cage They Are Offering. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Debriefings: Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days From Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be Provided In Writing, By Telephone Or In Person. Electronic Submission Of Bids: This Requirement Uses Electronic Receipt Of Bids By E-mail Only. For Details, Please Review The Section Entitled Electronic Submission Of Bids In The Solicitation Document. Bids Must Be Submitted By E-mail Only To: Dlp53bidsreceiving.daat53receptiondessoumissions@forces.gc.ca
Closing Date9 Jan 2025
Tender AmountRefer Documents
6711-6720 of 6757 archived Tenders