Valve Tenders

Valve Tenders

FLORENTINO GALANG SR NATIONAL HIGH SCHOOL KABANKALAN CITY Tender

Others
Philippines
Details: Description Property/ Stock No. Unit Description Quantity Unit Cost Amount Price Offered Statement Of Compliance (state "comply" Or "not Comply") 1 Gallon Alcohol, Gallon 23 500.00 11,500.00 2 Piece Sign Pen, Black, 0.3mm 86 90.00 7,740.00 3 Piece Sign Pen, Blue, 0.3mm 86 90.00 7,740.00 4 Piece Bar Soap 20 45.00 900.00 5 Piece Barrel Lock, 3" 10 200.00 2,000.00 6 Box Battery, Aa, Box (48's) 1 250.00 250.00 7 Box Battery, Aaa, Box (40's) 1 240.00 240.00 8 Piece Bisagra, 4" 10 100.00 1,000.00 9 Bottle Bleach Colorsafe, 3600 Ml 15 300.00 4,500.00 10 Bottle Bleach, 3785 Ml 20 200.00 4,000.00 11 Gallon Bleach, Gal 13 150.00 1,950.00 12 Piece Blue Drum 1 1,500.00 1,500.00 13 Piece Brown Envelope, A4 100 5.00 500.00 14 Piece Conference Notebook 86 190.00 16,340.00 15 Piece Correction Tape 86 30.00 2,580.00 16 Piece Coupling, 4" 3 200.00 600.00 17 Piece Cross Cut Saw 1 500.00 500.00 18 Dozen Detergent Powder, 65g Per Dozen 40 70.00 2,800.00 19 Kg Detergent, 2 Kg 8 250.00 2,000.00 20 Piece Diploma 420 22.00 9,240.00 21 Piece Diploma Jacket 420 58.00 24,360.00 22 Bottle Disinfectant Spray, 510 G 10 650.00 6,500.00 23 Piece Door Knob 25 200.00 5,000.00 24 Piece Doormat 40 35.00 1,400.00 25 Piece Double Sided Tape 300 45.00 13,500.00 26 Piece Dust Pan 36 100.00 3,600.00 27 Bottle Multi-purpose Glue, 130g 86 40.00 3,440.00 28 Piece Expanded Plastic Envelope, Long With Handle 86 180.00 15,480.00 29 Set Extension Wire, 10m, Heavy Duty Surface Type Extension Outlet, 3 Gang Outlet 50 500.00 25,000.00 30 Piece Feather Duster 18 100.00 1,800.00 31 Liter Fllorwax, Liquid, 1l 13 200.00 2,600.00 32 Piece Frame, A4 40 150.00 6,000.00 33 Meter Fringes, Green 150 25.00 3,750.00 34 Meter Fringes, Yellow 150 25.00 3,750.00 35 Pack Garbage Bag, L 200 20.00 4,000.00 36 Piece Gate Valve, Pvc, 3/4" 1 200.00 200.00 37 Piece Glue Stick, Small 286 5.00 1,430.00 38 Piece Hammer, Steel Handle 1 500.00 500.00 39 Piece Height Measurement 5 300.00 1,500.00 40 Piece Light Bulb, 15 Watts 45 150.00 6,750.00 41 Piece Masking Tape, 1" 86 120.00 10,320.00 42 Piece Medal Bronze 520 58.00 30,160.00 43 Piece Medal, Gold 170 58.00 9,860.00 44 Piece Medal, Silver 200 58.00 11,600.00 45 Piece Mesh Wire, 4x8 10 1,000.00 10,000.00 46 Piece Mop, Spin 26 300.00 7,800.00 47 Gallon Muriatic Acid, Gal 11 280.00 3,080.00 48 Kg Nails(4",3",2 1/2",2"1 1/2",1") 18 100.00 1,800.00 49 Pack Notepads, Pack 86 30.00 2,580.00 50 Piece Optimum, Opt-55a, Toner Cartridge 2 6,000.00 12,000.00 51 Piece Padlock 25 200.00 5,000.00 52 Piece Pail, 16l , Heavy Duty 13 250.00 3,250.00 53 Gallon Paint For Classroom ( Latex, Ivory Green) 20 800.00 16,000.00 54 Gallon Paint, Enamel Dark Gray (computer Tables) 3 800.00 2,400.00 55 Gallon Paint, White , Enamel Gallon 2 800.00 1,600.00 56 Gallon Paint, White, Latex 4 850.00 3,400.00 57 Piece Paintbrush 86 50.00 4,300.00 58 Box Paper Clip, Small, Box 86 25.00 2,150.00 59 Piece Pencil 186 10.00 1,860.00 60 Piece Permanent Marker Pen, Black 86 45.00 3,870.00 61 Piece Plastic Cover, Regular, Roll 5 950.00 4,750.00 62 Sheet Plywood, 1/4", Marine 10 450.00 4,500.00 63 Box Push Pin, Box 86 25.00 2,150.00 64 Piece Pvc Elbow, 4" 1 300.00 300.00 65 Piece Pvc Pipe, Blue, 3/4" 1 200.00 200.00 66 Piece Pvc Pipe, Orange,4" 5 300.00 1,500.00 67 Piece Rags 60 35.00 2,100.00 68 Spool Ribbon, Green 1/2", Spools 50 180.00 9,000.00 69 Spool Ribbon, Yellow 1/2", Spools 50 180.00 9,000.00 70 Piece Ruler 86 5.00 430.00 71 Piece Scissors 86 65.00 5,590.00 72 Piece Scothch Tape, 1" 86 70.00 6,020.00 73 Piece Sharpener 50 10.00 500.00 74 Piece Soft Broom 36 150.00 5,400.00 75 Box Staple Wire, #10, Box 86 15.00 1,290.00 76 Piece Stapler, #10, Heavy Duty 86 135.00 11,610.00 77 Piece Stick Broom 33 50.00 1,650.00 78 Sheet Sytrofoam Board, 75cmx35cmx2cm 20 200.00 4,000.00 79 Piece Tarpaulins 22 500.00 11,000.00 80 Box Thumbtacks 86 10.00 860.00 81 Set Tissue Paper, 12's 100 160.00 16,000.00 82 Pack Tissue, Pack 33 160.00 5,280.00 83 Piece Token Of Aprreciation 15 1,000.00 15,000.00 84 Piece Water Container, 100l 1 400.00 400.00 85 Piece Analog Weighing Scale, Max Capacity 120kg, High Accuracy, Heavy Duty 10 600.00 6,000.00 Total 343,760.00 Amount In Words: Three Hundred Fourty Three Thousand, Seven Hundred Sixty Pesos Only
Closing Date10 Jan 2025
Tender AmountPHP 343.7 K (USD 5.9 K)

PROVINCE OF ZAMBOANGA DEL NORTE Tender

Civil And Construction...+2Building Construction, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com December 05, 2024 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#300(18)24-12-499(o) & 300(18)24-12-498(o) Contract Name: Procurement Of General Merchandise (hardware And Construction Supplies) Location/purpose: For The Use In The Repair & Improvement Of Primary Clinical Laboratory At Sibuco Hospital, Poblacion, Sibuco, Zamboanga Del Norte. Approved Budget For The Contract (abc): Pr#300(18)24-12-499(o) – P169,833.62 Pr#300(18)24-12-498(o) - 2,856.00 Grand Total P172,689.62 (inclusive Of All Applicable Taxes)  Bidders/contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 25% Of The Proposed Project For Bidding Within The Last Three Years.  Bidders Are Inform That The Delivery Term Is 30 Calendar Days Upon Receipt Of Notice To Proceed.  Bidders/ Contractors Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents  Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates.  The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria.  Post Qualification Of The Lowest/ Single Bids Shall Be Conducted.  All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr).  All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14.  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. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting December 06 - 12, 2024 Availability And Issuance Of Bidding Documents December 06 - 13, 2024@ 08:30am Deadline For The Submission Of Bids December 13, 2024@ 08:30 Am Bid Opening And Evaluation December 13, 2024@ 09:00am  Payment For Bidding Documents Is A Non- Refundable Amount Of Five Hundred Pesos Only (php500.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City.  Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm.  Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above.  The Provincial Government Of Zamboanga Del Norte 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.  Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex A: Procurement Of General Merchandise (hardware And Construction Supplies) Pr#300(18)24-12-499(o) Abc: P169,833.62 1. 41 Bags Portland Cement 2. 66.6 Kgs Dsb 10mm Ø X 6.0m (18 Pcs) 3. 270 Pcs 100 Mm Thk Chb 4. 1 Kgs Tie Wire #16 5. 15 M Pvc Pipe 50mmø, Series 1000 (5 Pcs) 6. 9 M Pvc Pipe 100mmø, Series 1000 (3 Pcs) 7. 12 Ea 2” Ø Pvc Elbow 90° 8. 8 Ea 2” Ø Pvc Elbow 45° 9. 8 Ea 2”ø X 2”ø Pvc Wye 10. 2 Ea 2”ø Pvc Clean-out W/ Plug 11. 1 Ea 2”ø Pvc Tee 12. 2 Ea 4”ø Pvc Clean-out W/ Plug 13. 4 Ea 4”ø Pvc Elbow 90° 14. 5 Ea 4”ø Pvc Elbow 45° 15. 4 Ea 4”ø X 4”ø Pvc Wye 16. 3 Ea 4”ø Pvc Coupling 17. 8 Cans Solvent Cement – 400c 18. 18 Pcs 1/2"ø Pvc Elbow 19. 7 Pcs 1/2"ø Pvc Tee 20. 3 Pcs 1/2"ø Pvc Coupling 21. 3 Pcs 1/2"ø Pvc Female Adoptor 22. 5 Pcs 1/2"ø Pvc Male Adoptor 23. 1 Pc 1/2"ø Gate Valve 24. 5 Rolls Teflon Tape 3/4” 25. 6 Pcs Pvc Pipe 13mmø, Blue 26. 3 Sets Water Closet With Complete Fittings & Accessories 27. 2 Sets Countertop Lavatory With Complete Fitting & Accessories 28. 3 Sets Stainless Floor Drain 4” X 4” 29. 3 Pcs Stainless Faucet 1/2"ø 30. 17 Pcs Fiber Cement Board 6mm 31. 20 Pcs Metal Studs 0.60mm Thk X 35mm X 76mm X 3.0m 32. 7 Pcs Metal Tracks 0.60mm Thk X 35mm X 76mm X 3.0m 33. 2626 Pcs Blind Rivets 1/8”ø X 1/2" 34. 90 Pcs Metal Screw 1” 35. 3 Sets Door Knob 36. 5.04 M² Wooden Panel Door 0.80m X 2.10m 37. 5 Sets Loosepin Hinges 4” X 4” 38. 3 Pcs 1/8” Thk X 2” X 4” Rectangular Aluminum Tube, Analoc (for Door Jamb & Header, 3-sets D-1) 39. 15.84 M² Unglazed Tiles 0.60m X 0.60m (44 Pcs) 40. 7 Bags Tile Grout 41. 1 Pc Diamond Cutting Wheel 4” 42. 38.16 M² Glazed Tiles 0.60m X 0.60m (106 Pcs) 43. 6 Bags Tile Adhesive (25kg/bag) 44. 1 M Hardware Cloth 45. 1 Gals Concrete Neutralizer 46. 2 Gals Concrete Sealer/primer 47. 2 Gals Patching Compound 48. 4 Gals Semi-gloss (two Coat) 49. 4 Pint Tinting Color (optional) 50. 2 Sets Roller Paint 6” W/pan 51. 2 Pc Paint Brush 2” 52. 1 Pc Paint Brush 4” 53. 20 Pcs Sand Paper #120 54. 3 Gals Glazzing Puty 55. 2 Gals Flatwall Enamel 56. 2 Gals Quick Dry Enamel 57. 4 Gals Paint Thinner 58. 3.78 M² 0.60m X 2.10m Pvc Door W/ Jamb & Comp. Acc., (3 Sets) 59. 1 Pc Hacksaw Blade 60. 12 Pcs Led Bulb, 12 Watts 61. 12 Pcs Receptacle Socket 2”ø Plastic 62. 2 Rolls Electrical Tape, Big Sub-total: P169,833.62 Pr#300(18)24-12-498(o) Abc: P2,856.00 1. 3.5 M3 Sand Sub-total: P2,856.00 Grand Total: P172,689.62 ***nothing Follows***
Closing Date3 Jan 2025
Tender AmountPHP 172.6 K (USD 2.9 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Generators And Transformers...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Details: Rfi#2 Emergency Generator solicitation # 36c24225r007 1. Does Va Fill 2-fuel Storage Tanks After Load Bank And Generator Test? specification Section 263213 3.2.o Requires That The Contractor Fill The Main Storage Tank And Day Tank At The Completion Of All Field Tests. This Shall Require All Main Fuel Tanks To Be Filled At The Completion Of All Field Testing. The Contractor Shall Also Provide All Fuel For Testing. 2. Is Schneider Electric Doing Refurbishment And Installation Of All Replacement Breakers In Gear `room? keynote 3 States Square D/schneider Electric Is Basis Of Design. Schneider Through Colonial Electric Has Provided A Scope Of Work And Quote For A Manufacturer Replacement Circuit Breaker Designed To Fit Within The Existing Switch Gear This Contract Does Not Limit The Manufacturer Selection To Square D/schneider Electric. 3. Are We Following Va Specification For All Electrical Wiring Installation? contractor To Following All Project Specifications As Issued. 4. For The Above-mentioned Solicitation, The "wage Rate Sheet" Attachment Will Not Open. Can You provide Or Post It In A Different Format? see Attached. 5. Please Confirm That Cqc System Manager May Have Fill Other Roles, Including Project superintendent. specification Section 014500 Part 3.4.b, If The Project Superintendent Meets Cqc System Manager Qualifications And Va Approval, The Cqc System Manager Could Serve Dual Duties As Project Superintendent. 6. Is The Gc Required To Use Submittal Exchange? If So, Does The Gc Need To Include The Cost As Part of Their Bid? contractor And Sub-contractors Are Required To Utilize Autodesk Construction Cloud (acc) For Any Construction Related Documentation Exchange. Access To Acc Platform Is Provided To Contractors At No Cost For The Duration Of The Project. Refer To Specification 013200 Construction Documentation Included In The Solicitation. 7. Is There A Geotechnical Report That Can Be Provided? a Geotechnical Report Does Not Exist For This Project Since The Government Would Not Allow Borings To Be Conducted During The Design Phase. See Specification Section 014529 3.1. 8. Is There An Environmental (soils, Other Hazardous Materials) Report Available That Can Be Provided? see Attached Soil Report. 9. How Will Unsuitable And/or Contaminated Soils Be Handled? (i.e. Priced As A Change Order Or allowance?) see Specification Section 312000 3.6.e. 10. Are Taxes Applicable On This Project? yes. 11. Per Specification 01 00 00-1.3 There Are 3 Bid Items But No Location To Fill In On The Sf1442. Is there A Pricing Page Missing From The Sf1442? the Bid Alternate Page Is Missing From The Sf 1442. Please See Attached. 12. For Each Bid Item, Please Confirm That These Are Priced As Sequential Deducts And Not Stand Alone. on Sheet Gi001 Schedule Of Bid Items States A: Item 1 Is The Projects Base Bid And B: Item 2 Is The Bid Deduct 1 Minus The Items Included. 13. What Fire Alarm System Is Currently In Place? the Current Fire Alarm System In Place Is The Edwards Est3 Series. 14. What Bas System Is Currently In Place? the Current Bas Is Johnson Controls Fx. 15. Can Aisc Certification Be Waived On This Project? The Steel Scope Is Not Substantial Enough For many Of The Certified Companies In The Area. aisc Certification Is Required And Cannot Be Waived. 16. Alternate Bid Items Are Not Consistently Identified Throughout The Plans (alternates Shown On Aseries drawings But Not On E-series). Please Confirm That There Are Indeed (2) Alternate Bid Items and Clearly Define The Associated Scopes. on Sheet Gi001 There Is 1 Deduct Alternative Item. E-series Sheets Show Phasing Notes On Eg001, New Callout Added To Electrical Floor Plan Ep101, And On The Electrical One-line Ee602. 17. Is The Contractor Required To Provide The Initial Fuel For The Generator Day Tanks? specification Section 263213 3.2.o Requires That The Contractor Fill The Main Storage Tank And Day Tank At The Completion Of All Field Tests. This Shall Require All Main Fuel Tanks To Be Filled At The Completion Of All Field Testing. The Contractor Shall Also Provide All Fuel For Testing. 18. What Size Are The Existing Domestic Water And Fire Lines? the Size Of The Piping Is As Follows: Fire Protection 10 In Diameter And Domestic Water 8 In Diameter. 19. The Demo Plans Call For Cutting, Capping, And Removing The Existing Water Main. Will The New Water Main Be Installed Before The Demo? the New Water Main Will Be Installed Immediately After The New Point Of Connection Is Established And The Overburden Is Removed From The Existing Duct Bank. This Will Be During Demolition And A Domestic Water Shutdown Will Require Scheduling With The Va. 20. Details Call For A Tapping Sleeve And Gate Valve For The Water Services 4" To 8". Will This Be Required For The Domestic And Fire Line Relocates? the Connection Tap, In The Water Services Detail, Is Not Applicable. The Project Does Not Involve The Installation Of A Connection Tap. This Project Only Involves The Relocation Of The Sprinkler And Domestic Main Piping. 21. The Final Cut And Caps Of The Domestic And Fire Line Will Require A Shutdown. How Long Are We Allowed To Shut Down The Water For? Can This Be Done During Day-time Hours? water Shut Down Shall Be Done On The Weekend During The Minimal Water Usage. Work Shall Be Prepared And Phased To Minimize The Shutdown To No More Than 8 Hours.â  22. Can The Bid Date Be Extended Another Week? the Rfp Due Will Be Extended To January 14, 2025, At 11:00 Am. 23. Will There Be Another One? no, Only One Site Visit Was Schedule For This Project. 24. I Also See This Is A Negotiated Bid. Will We Be Able To Provide A Quote That Will Be Considered Being That We Did Not Go To The Site Visit? yes, Your Firm Can Still Submit An Rfp Regardless Of If You Attended The Site Visit Or Not. The Site Visit Was Not Mandatory. 25. Will You Be Uploading A Copy Of The Sign In Sheet To Sam? (if So When Do You Anticipate). see Attached. Drawings: 1. The Following Drawings Are Revised As Follows (attached): a. Ae101: The Concrete Pad Width, Under New 200cr , Is To Be Extended To 7-feet. b. C-0.0: Add General Sheet Note 1 - The Existing Fire Protection Piping, Within The New building Area, Shall Be Demolished And Removed. All Work Shall Be Completed During Phase 2. c. C-2.0: Add General Sheet Note 1 The New Fire Protection Piping Shall Be Installed Prior To The End Phase 2. 2. Drawing Sheets Are Reissued As Follows: a. Pd101: i. Partial Basement Plan Was Added Illustrating The Existing Main Water Main To Be Demolished. ii. Supporting Key Notes 4, 5, And 6 Have Been Added. b. P101: i. Partial Basement Plan Was Added Illustrating The New Domestic Water Main Connection To The Existing Domestic Water Main. ii. Supporting Key Notes 7 And 8 Have Been Added. c. Ep101: i. Adjusted The Equipment Footprint Of New 200cr, 200eq, And 200eq4 To Accurately Match The Manufacturer S Physical Dimensions. ii. Relocated New 200ndp1 From A0-11b Switchgear Room To A0-11 Access To Utilities Room. d. Ey-101: i. Adjusted The Equipment Footprint Of New 200cr, 200eq, And 200eq4 To Accurately Match The Manufacturer S Physical Dimensions. ii. Relocated New 200ndp1 From A0-11b Switchgear Room To A0-11 Access To Utilities Room. e. Ee-404: i. Adjusted The Equipment Footprint Of New 200cr, 200eq, And 200eq4 To Accurately Match The Manufacturer S Physical Dimensions. ii. Relocated New 200ndp1 From A0-11b Switchgear Room To A0-11 Access To Utilities Room. iii. Adjusted Conduit Routing To 200ndp1. f. Ee602: i. Added Ats Sizes To The Drawings. ii. Added Output Feeder Sizes For All Ats . iii. Added Mcb To The 200ls Panelboard. iv. Removed Main Breaker Out Of 200eq4. g. Ee702: i. Updated The Schedule For 200cr. h. Ee703 i. Updated The Schedule For 200eq. ii. Updated The Schedule For 200eq4.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

National Institutes Of Health Tender

Laboratory Equipment and Services
United States
Details: Document Type: Combined Synopsis/solicitation solicitation Number: Rfq-niaid-25-2254249 posted Date: 01/14/2025 response Date: 01/22/2025 set Aside: None naics Code: 334516 classification Code: 6640 contracting Office Address: department Of Health And Human Services, National Institutes Of Health, National Institute Of Allergy & Infectious Diseases/amob, Consumables For Hydropac Watering System 1) Hydropac Master Carton 4x With 72,000 Valves And 36 Rolls Of Pouch Film Catalog # Hyp-2524a Qty: 1 2) Shipping Fob Destination – Rocky Mountain Laboratories, Hamilton, Mt 59840 primary Point Of Contact: secondary Point Of Contact calvin Robinson, Calvin.robinson@nih.gov description: this Notice Is A Combined Synopsis/solicitation For Commercial Items Using Simplified Acquisition Procedures. This Acquisition Will Be Made In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6 “streamlined Procedures For Evaluation And Solicitation For Commercial Items,” As Applicable, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation (a Written Solicitation Will Not Be Issued) And Quotes Are Being Requested. The Solicitation Number Is Rfq-niaid-25-22454249 And The Solicitation Is Issued As A Request For Quotes (rfq). this Acquisition Will Be Processed Under Far Part 13 Simplified Acquisition Procedures (sap). The Solicitation Documents And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-03 February 23, 2024. the North American Industry Classification System (naics) Code For This Procurement Is 334516, Analytical Laboratory Instrument Manufacturing With A Size Standard Of 1000 Employees. The Requirement Is Being Competed With A Brand Name Restriction, And Without A Small Business Set-aside. brand Name Justification: This Brand Name Product, Hydropac, Is The Only Watering Consumables That Will Satisfy The Requirement Of The Government With Their Product/service Specifications, Quality, Required Delivery Time, And The Product Was Unavailable From A Priority Source. These Consumables Are The Only Bagging System To Be 100 % Compatible With Our Hydropac Watering System Units. the Government Intends To Award A Firm Fixed Price Purchase Order To The Responsible Contractor As A Result Of This Rfq That Will Include The Terms And Conditions Set Forth Herein. The Award Will Be Based On The Following: Technical Capability To Meet The Requirements And Price. the Following Far Provisions Apply To This Acquisition: far 52.212-1 Instructions To Offerors Commercial Items (sep 2023) far 52.212-3 Offerors Representations And Certifications - Commercial Items (feb 2024) far 52.204-7 System For Award Management (oct 2018) (offerors Must Complete Annual Representations And Certifications On-line At Http://www.sam.gov/ In Accordance With Far 52.212-3 Offerors Representations And Certifications- Commercial Items (please Ensure Far 52.209-2 -- Prohibition On Contracting With Inverted Domestic Corporations--representation. (nov 2015) Is Updated In Your Sam Record) far 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements – Representation (jan 2017) 52.204–26 Covered Telecommunications Equipment Or Services-representation (oct 2020) *** Must Complete Representation If Attached To This Solicitation- See Attachment 52.204-26 the Following Far Contract Clauses Apply To This Acquisition: far 52-212-4 Contract Terms And Conditions Commercial Items (nov 2022) far 52-212.5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items (feb 2024) *the Applicable Subparagraphs Of Far52.212-5 Are Included In The Attachment To This Posting. far 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (december 2015) far 52.252-2 -- Clauses Incorporated By Reference. (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This Address: Http://farsite.hill.af.mil/vffara.htm by Submission Of An Offer, The Offeror Acknowledges The Requirement That A Prospective Awardee Shall Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation (www.sam.gov). copies Of The Above-referenced Provisions And Clauses Are Available From Http://www.acquisition.gov/far/loadmainre.html & Http: //www.hhs.gov/regulation/index.html Or, Upon Request, Either By Telephone Or Fax. submission Shall Be Received Not Later Than January 22, 2025 @ 2:00 Est offers May Be E-mailed To Calvin Robinson (e-mail/ Calvin.robinson@nih.gov). Offers Shall Include Rfq Number In The Subject Line (rfq-niaid-25-2254249). Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f) all Responsible Sources May Submit An Offer That Will Be Considered By This Agency. any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To Calvin Robinson @ Calvin.robinson@nih.gov.
Closing Date22 Jan 2025
Tender AmountRefer Documents 

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

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 

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  washer unknown rpz 41 bb-123  sterilizer unknown rpz 42 bb-123  washer unknown rpz 43 bb-119  sterilizer (not In Use) unknown rpz 44 bb-119  sterilizer (not In Use) unknown rpz 45 bb-109  sterilizer (not In Use) unknown ppz 46 4c-125  water Meter (not In Use) unknown rpz 47 2b-119  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 

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)

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)
6721-6730 of 6771 archived Tenders