Valve Tenders
Valve Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|n793.09|2b2|n/a|kyle.r.matsinger.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports||n/a|n00383|tbd|tbd|tbd|tbd|||||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months After Date Of Delivery|45 Days After Discovery Of Defect|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitations On Pass-through Charges (jun 2020)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American--balance Of Payments Program (feb 2024)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (may 2024)|12|336413|1250|||||||||||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
this Is A Repair Requirement For The Items Listed In This Solicitation.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,
delivery Orders And Modifications) Related To The Instant Procurement
are Considered To Be "issued" By The Government When Copies Are
either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other
electronic Commerce Methods, Such As Email. The Government's
acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement
to "issue" Contractual Documents As Detailed Herein.
the Government Is Seeking A Repair Turnaround Time (rtat)of: 177 Days. Note: The Rtat Will Result In An Enforceable Delivery Date Unless Covered By An Excusable Or Government Delay. Your Rtat Shall Include The Time To Repair The Carcass To "a" Condition And Packaging/shipment Back To The Navy.
\
1. Scope
1.1 Articles To Be Furnished Hereunder Shall Be Repaired, Tested And Inspected In Accordance With The Terms And Conditions Specified In The Requirements Section Of This Document.
1.1.1 Any Item Contracted For Repair Shall Have A Statement Of Work To Ensure Compliance With All Repair Procedures And Requirements.
repair Of:
valve Unit,composit ;1710-01-182-0267; Nsn , ;538-101-1; Part Number, Shall Be Performed Iaw: Valve Unit,composit ;repair/overhaul/inspect Iaw Applicable Repair Manuals, Technical Specifications, Engineering Orders And Drawings.; Publication (s).
1.1.2 There Will Be No Repair Deviation From The Approved Written Procedures Without Review And Acceptance By The Basic Design Engineer. All Requests For Waiver/deviation Shall Be Via Form 1694 Routed Throught The Local Dcma/aco Office For Review And
recommendations Via Form 1998.
2. Applicable Documents - Not Applicable
3. Requirements
3.1 1.0 General
3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable
condition.
3.2 2.0 Definitions.
3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order.
3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested
in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled).
3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And
tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired).
3.3 3.0 Scope
3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property,
including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And
shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items.
3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary
facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition:
valve Unit,composit ;538-104-1; P/n, ;1710-01-182-0267; Nsn, ;repair/overhaul/inspect Iaw Applicable Repair Manuals, Technical Specifications, Engineering Orders And Drawings.; Tech Publications
3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow.
repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s).
3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration
management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes
to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change.
3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any
delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A
requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility.
3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be
read As The "government Designated Agency"
3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential
diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test.
3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be
used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be
ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of
the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any
disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements.
3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not
included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such
determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi
sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather,
repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract.
3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra).
3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either:
3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The
inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The
contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work.
3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section
6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed.
3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And
is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units
determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior
to Undertaking Repair Of The Item.
after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations
and Dcma Disposal Procedures And Requirements.
3.5 4.0 Parts And Materials
3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material
used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein.
authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And
requires Specific Approval By The Pco.
3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications
requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which
require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To
manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own
risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The
government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility.
3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The
requirements Of This Contract.
3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall
provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of
such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With
appropriate Pass/fail Criteria Such As Certifications
and Actual Dimensonal Readings.
3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde.
3.5.6
3.6 Source And Location Of Repair Source:
3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed.
valve Unit,composit ;indal Technologies; Company Name , ;mississauga, Canada; Address , ;36334; Cage Code
inspection Will Be Accomplished On The Contractor's Equipment
3.7 5.0 Contractor Quality Requirements:
3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To
promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality.
3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government.
3.8 6.0 Configuration Management (cm):
3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract).
3.9 7.0 Markings.
3.9.1 Marking Shall Be As Indicated In The Contract When Applicable.
3.10 8.0 Storage;
3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored.
4. Quality Assurance Provisions - Not Applicable.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
BATANGAS STATE UNIVERSITY PABLO BORBON Tender
Civil And Construction...+4Civil Works Others, Electrical Goods and Equipments, Construction Material, Electrical and Electronics
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 194.4 K (USD 3.3 K)
Details: Description Republic Of The Philippines Batangas State University Batangas City Request For Quotation "procurement Of Supplies And Materials For The Renovation Of The Msp Building" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Supplies And Materials For The Renovation Of The Msp Building" With An Approved Budget For The Contract (abc) One Hundred Ninety-four Thousand Four Hundred Thirteen Pesos Only (php 194,413.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description Total 1. 2 Piece 1" Check Valve Ppr 640.00 2. 5 Piece 1" Elbow Ppr 175.00 3. 2 Piece 1" Gate Valve Ppr 1,040.00 4. 3 Piece 1" Ppr Pipe Pn20 2,250.00 5. 3 Piece 1" Tee Threaded Ppr 750.00 6. 1 Set 1.5hp Booster Pump 30,000.00 7. 2 Piece 1/2" Compact Ball Valve 150.00 8. 15 Piece 1/2" Elbow Ppr 225.00 9. 6 Piece 1/2" Ppr Pipe Pn20 1,920.00 10. 10 Piece 16a Duplex Convenience Outlet With Ground, Universal And/ Or Polarized Flat W/ Plate And Cover 1,500.00 11. 1 Piece 2" Gate Valve Gi 2,150.00 12. 1 Piece 2" X 1" Bell Reducer 220.00 13. 2 Assembly 2-gang Switch, One-way, With Plate 380.00 14. 12 Piece 3/4" Elbow Ppr 300.00 15. 6 Piece 3/4" Ppr Pipe Pn20 2,700.00 16. 2 Piece 3/4" Tee Ppr 50.00 17. 40 Piece 4" Chb 1,000.00 18. 16 Piece 4.5mm Thk. X 4' X 8' Ficem Board 10,400.00 19. 6 Piece 50mm Dia Pvc 90deg Elbow 390.00 20. 6 Piece 50mm Dia Pvc Pipe X 3m 2,850.00 21. 1 Piece 50mm Dia Pvc Wye 75.00 22. 2 Piece 50mm Pvc Cleanout 110.00 23. 2 Piece 50mm Dia Pvc Tee 140.00 24. 7 Piece 600mm X 600mm Polished Granite Tile Corona Cafe 2,450.00 25. 1 Set 82gal. Pressure Tank 15,000.00 26. 1 Bag Abc Tile Grout 2kg/bag 90.00 27. 5 Piece Baby Roller #4 (ordinary) 350.00 28. 5 Piece Blank Plate Cover 400.00 29. 3 Box Blind Rivet 1/8 X 3/4 1,050.00 30. 3 Box Blind Rivets 1/8 X 1/2 1,050.00 31. 2 Box Cat6 Utp Cable 19,600.00 32. 1 Assembly Caulking Gun 350.00 33. 6 Bag Cement 1,740.00 34. 2 Box Copper Wire 3.5mm² Thhn/thwn-2 9,900.00 35. 1 Box Copper Wire, 3.5mm² Tw (g) 4,950.00 36. 25 Piece Coupling 20mmø (1/2"ø) 250.00 37. 1 Piece Diamond Cutting Disc 4" 600.00 38. 2 Piece Drill Bit Masonry Drill Bit 1/8" 200.00 39. 1 Tin Elastomeric Seal Gray 3,528.00 40. 35 Piece Elbow, 20mm (1/2"ø) 525.00 41. 15 Roll Electrical Plastic Tape, Big - Brand: (flame Retardant) 750.00 42. 576 Piece Ficem Board Screw 576.00 43. 1 Tin Flat Latex (white) 3,075.00 44. 1 Kilogram Gi Tie Wire Ga. 16 105.00 45. 1 Gallon Interior Primer And Sealer (flat Wall Enamel) 725.00 46. 10 Piece Liquid Nail Construction Adhesive 2,500.00 47. 30 Piece Male Threaded Adaptor With Locknut, 1/2" 750.00 48. 2 Piece Masking Tape 3/4 140.00 49. 2 Roll Mesh Tape (30meters) 150.00 50. 2 Roll Mesh Tape 2" 150.00 51. 29 Piece Metal Stud 35mm X 76mm X 0.50mm Thk X 3m 6,670.00 52. 8 Piece Metal Track 35mm X 76mm X 0.50mm Thk X 3m 1,984.00 53. 1 Kilogram Old Newspaper 70.00 54. 1 Piece P-trap Dn50 Pvc 375.00 55. 30 Piece Pvc Moulding 2"(w) X 4m(l) 10,500.00 56. 35 Piece Pvc Moulding 3/4"(w) X 4m(l) 5,250.00 57. 1 Can Pvc Solvent 300.00 58. 5 Piece Paint Brush #2 200.00 59. 1 Gallon Paint Thinner 600.00 60. 1 Gallon Quick Drying Enamel (chocolate Brown) 785.00 61. 1 Gallon Quick Drying Enamel (white) 785.00 62. 5 Piece Roller Brush #7 600.00 63. 1 Kilogram Rags 70.00 64. 22 Kilogram Reinforcing Steel Bars Grade 40/60 3,630.00 65. 1 Cubic Meter Sand 1,310.00 66. 25 Piece Sand Paper (grit 120) 250.00 67. 1 Pack Sealant (vulcaseal) 300.00 68. 4 Tin Semi-gloss Latex Paint (16l) White Painting Works 14,112.00 69. 2 Bag Skimcoat 1,100.00 70. 1 Set Stainless Steel Gooseneck Faucet 1,650.00 71. 1 Set Stainless Steel Kitchen Sink Single Bowl 470mm X 420mm X 200mm 5,048.00 72. 1 Bag Tile Adhesive (25kg/bag) 350.00 73. 20 Set Upvc Utility Box 2"x4" Orange 560.00 74. 30 Set Μpvc Junction Box With Cover, 4" Orange Octagonal 1,320.00 75. 7 Can Μpvc Pipe Cement, 200cc 1,400.00 76. 40 Piece Μpvc Pipe, 25mmø (3/4"ø), Thick Wall 4,000.00 77. 15 Set Μpvc Square Box With Cover, 5" Orange 825.00 Note: Kindly Indicate The Brand On Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of January 24, 2025. E-mail : Procurement.pb.external@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Joseph D. Mendoza Head, Procurement Office 2nd Floor Jose Rizal Bldg., Gpb Main Campus I, Rizal Avenue, Batangas City (043) 779-8400 To 8406 Loc 1830 / 0960-3380495
MUNICIPALITY OF MANJUYOD, NEGROS ORIENTAL Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 499.9 K (USD 8.5 K)
Details: Description Republic Of The Philippines Municipality Of Manjuyod Manjuyod, Negros Oriental Section I. Invitation To Bid Bidding Documents For Improvement Of Barangay Water System (27 Barangays) (resolution No. 2023-113 Cy 2023-20% Edf) 1. The Municipality Of Manjuyod, Through The Resolution No. 2023-113 Cy 2023-20% Edf Intends To Apply The Sum Of Four Hundred Ninety Nine Thousand Nine Hundred Ninety Seven Pesos (₱499,997.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Barangay Water System (27 Barangays) (resolution No. 2023-113 Cy 2023-20% Edf) With Pr No.: 1002412-1555-068 Dated December 09, 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Manjuyod Now Invites Bids For Improvement Of Barangay Water System (27 Barangays) (resolution No. 2023-113 Cy 2023-20% Edf). Delivery Of The Goods Shall Be In Accordance With The Delivery Schedule Under Section Vi. Schedule Of Requirement. Bidders Should Have Completed, Within Two 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. Item No. Qnty Unit Of Issue Name Of Project/program Abc 1. 1 Lot Various Plumbing Materials 2.00 Units Water Pump Jet Type 1.5 Hp 30.00 Pcs G.i. Tee Reducer 1" X 1/2" Hd 30.00 Pcs G.i. Tee Reducer 1 1/2" X 1/2" Hd 100.00 Pcs G.i. Elbow 1" Ø Hd 100.00 Pcs G.i. Elbow 1 1/2" Ø Hd 150.00 Pcs G.i. Union 1" Ø Hd 100.00 Pcs G.i. Union 1 1/2" Ø Hd 100.00 Pcs Bushing Reducer 1 1/2" X 1/2" Hd 50.00 Pcs Street Elbow 1/2" Hd 30.00 Pcs Bell Reducer 2" X 1 1/2" Hd 30.00 Pcs Bell Reducer 1 1/2" X 1" Hd 96.00 Rolls Teflon Tape 1" X 10m 100.00 Pcs Ball Valve 1" W/ Lockwing 70.00 Pcs Ball Valve 1 1/2" W/ Lockwing 300.00 Pcs Drain Plug 1/2" Hd 200.00 Pcs Drain Plug 3/4" Hd 50.00 Pcs Drain Plug 1" Hd 50.00 Pcs Drain Plug 1 1/2" Hd 30.00 Pcs Dark Glass 15.00 Gals White Epoxy Paint W/ Catalyst (non-toxic) 15.00 Gals White Epoxy Paint Reducer 499,997.00 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, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Manjuyod Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hour From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below: Bac-secretariat Office Municipality Of Manjuyod Negros Oriental Item No. Bid Document Price 1. ₱ 500.00 Total ₱ 500.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 06, 2025 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 06, 2025 At 2:00 Pm At The Gso/bac Sec Office, Manjuyod, Negros Oriental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Manjuyod 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Engr. Theodore C. Amahit Bac Secretariat Cell #: 09458061000 Danilo F. Cadalso Bac Chairman Cell #: 09151420858 Bid Form P.r. No.: 1002412-1555-068 Date: December 09, 2024 To: Municipality Of Manjuyod Poblacion, Manjuyod Negros Oriental Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Supply Improvement Of Barangay Water System (27 Barangays) (resolution No. 2023-113 Cy 2023-20% Edf) In Conformity With The Said Bidding Documents. Item No. Qnty Unit Of Issue Item Description Estimated Unit Cost Estimated Cost 1 1 Lot Various Plumbing Materials 2.00 Units Water Pump Jet Type 1.5 Hp 30.00 Pcs G.i. Tee Reducer 1" X 1/2" Hd 30.00 Pcs G.i. Tee Reducer 1 1/2" X 1/2" Hd 100.00 Pcs G.i. Elbow 1" Ø Hd 100.00 Pcs G.i. Elbow 1 1/2" Ø Hd 150.00 Pcs G.i. Union 1" Ø Hd 100.00 Pcs G.i. Union 1 1/2" Ø Hd 100.00 Pcs Bushing Reducer 1 1/2" X 1/2" Hd 50.00 Pcs Street Elbow 1/2" Hd 30.00 Pcs Bell Reducer 2" X 1 1/2" Hd 30.00 Pcs Bell Reducer 1 1/2" X 1" Hd 96.00 Rolls Teflon Tape 1" X 10m 100.00 Pcs Ball Valve 1" W/ Lockwing 70.00 Pcs Ball Valve 1 1/2" W/ Lockwing 300.00 Pcs Drain Plug 1/2" Hd 200.00 Pcs Drain Plug 3/4" Hd 50.00 Pcs Drain Plug 1" Hd 50.00 Pcs Drain Plug 1 1/2" Hd 30.00 Pcs Dark Glass 15.00 Gals White Epoxy Paint W/ Catalyst (non-toxic) 15.00 Gals White Epoxy Paint Reducer We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of The Bidding Documents. We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Dated This ________________ Day Of ________________ 20______. __________________________________________ ________________________________________ [signature] [in The Capacity Of] Duly Authorized To Sign Bid For And On Behalf Of __________________________________________________
Offizielle Bezeichnung Tender
Others
Germany
Closing Date30 Jan 2025
Tender AmountRefer Documents
Description: Contract notice – General guideline, standard rule Open procedure (construction work) Diesterwegschule, sanitary installation Sanitary installation Diesterwegschule, sanitary installation The construction project involves the renovation and extension of the school consisting of an ... Morediesterwegschule, sanitary installation Sanitary installation Diesterwegschule, sanitary installation The construction project involves the renovation and extension of the school consisting of an existing building as well as the construction of a new school building with two gymnasiums and a cafeteria. Number of floors: 7 full floors The following services are carried out: Sanitary installation: - 145 sanitary objects - 12 instantaneous water heaters - Approx. 1915 m waste water pipes Dn50 to Dn150 - Approx. 2985 m pipes Dn15 to Dn80 - Approx. 120 m gas pipes Dn20 to Dn100 - 1 pressure booster system - 2 rainwater harvesting systems - 2 fire water systems - 1 grease separator for indoor installation with lifting system - 21 floor drains - 2 kitchen channels - 2 compact kitchen drains - 1 condensate lifting system - Approx. 206 various valves Dn15 to Dn80 - 2 cold water distributors - 6 water meters - 7 wall-mounted safes - 4 hygiene flushes - 1 water softening system - Approx. 4639 m Thermal insulation - 575 pieces of pipe bulkheads and fire protection sleeves - 55 pieces of supporting systems with paneling
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19|exempted By Military Service|||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|||||||||||||||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report|n/a|tba|sprmm1|tba|tba|tba|tba|tba|tba|tba||||||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13|x|x|x|||x||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Requirement Is Being Solicited Using Special Emergency Procurement Authority (sepa).
1.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,
delivery Orders, And Modifications) Related To The Instant Procurement Are
considered To Be "issued" By The Government When Copies Are Either Deposited
in The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce
methods, Such As Email. The Government's Acceptance Of The Contractor's
proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As
detailed Herein.
2.no Drawings Or Technical Data Are Available For This Item.
3.rfid Is Only Required If The Ship To Code Identified Above Is Listed At The Website With Dfars 252.211-7006 Passive Rfid, As The Time Of Shipment. Currently, There Are No Locations Listed That Require Passive Rfid Tagging.
4.delivery Days_________aro.
5.offer Valid For _____ Days.
6.notice To Surplus/new Surplus/new Manufactured Surplus Suppliers:
submission Of Your Quote Without A Surplus Certificate Will Null And Void Your
quote. A Surplus Material Certificate Must Accompany All Quotes For
surplus/new Surplus/new Manufactured. If Submitting Quote Via Edi, A Faxed Or
scanned Copy Must Be Sent To The Buyer.
7.when Submitting Quotes Via Edi, Make Sure You Specify Any Exceptions (i.e.
mil Specs/standards, Packaging, I&a, Packaging Houses Etc) Or Follow Up With A
hardcopy Of The Exceptions. If Nothing Is Indicated Or Received, Award Will
be Based Upon Solicitation Requirements. Changes Or Requests For Changes
after Award Will Have Consideration Costs Deducted On Modifications.
8.if Supplies Will Be Packaged At A Location Different From The Offeror
address, The Offeror Shall Provide The Name And Street Address Of The
packaging Facility.
inspection Of Material Will Be At:
______________________________________________________________
inspection Of Packaging And Final Acceptance Of Material Will Be At:
______________________________________________________________
9.if You Are Not The Manufacturer Of The Material You Are Offering, You Muststate Who The Oem Is (cage Code) And The Part Number You Are Offering.
10.please Provide An Email Address For Follow Up Communications.
____________________________________________________________
it Is Recommended That Vendors Provide Contact Information To Navsup Wss
mechanicsburg In Order To Receive Automated Notifications From Navy Electronic
commerce Online (neco) When Contracts/modifications Are Issued By Dla Maritime
mechanicsburg And Posted On Eda. To Receive These Notifications, Contact:
navsupwss Code 025, Procurement Systems Design And Contract Support Division
via Email At Navsupwssitimphelpdesk@navy.mil. Please Include The Following
information With Your Request: Cage Code, Company Name, Address And Poc With
phone Number And Email Address.
contractors Can View Their Orders, Contracts And Modifications At The
electronic Document Access (eda) Web Tool. This Web Tool Is Located At The
procurement Integrated Enterprise Environment (piee) Website. It Is
recommended That The Contractor Register For Eda At Https://piee.eb.mil/.
click On New User And Registration.
any Order Resulting From This Request For Quotation Will Require Electronicsubmittal Of Receiving Report And Invoices Through Piee-wawf.
this Solicitation Is Being Issued In Accordance With Special Emergency Procurement Authority, (sepa). As A Result, This Procurement Is Exempt From Iuid Iaw Dfars 211.274-2(b)(1).
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve Assembly .
2. Applicable Documents
document Ref Data=mil-std-130 | | |j |970601|a| | |
document Ref Data=mil-p-15024 | | |e |930129|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Valve Assembly Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;99643 58330-3;
3.2 Marking - This Assembly And Its Piece Parts Shall Be Physically Identified In Accordance With Mil-std-130.
3.3 Component Identification Description (cid) - When Applicable Drawing(s) And/or Specification(s) Specify That A Nameplate Or Identification Plate Is Required, The Cid Number Shall Be Added To The Plate. The Cid Number Will Be Furnished After Approval Of
the Provisioning Technical Documentation (ptd). When No Plate Is Specified, An Identification Plate In Accordance With Mil-dtl-15024, Type "c" On Brass Or Type "h" On Aluminum Shall Be Securely Attached To Each Assembly Showing The Above Cid Number. No
assembly Shall Be Shipped Without The Cid Number Attached. The Solvent-resistance Test Per Para 4.3.1.3 Of Mil-dtl-15024 Is Not Required.
3.3.1 ;cid 882352762 Applies.;
3.4 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.2 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes - Not Applicable
Department Of Energy Tender
Chemical Products
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents
Description: Summary Of Rfp Lbnf-357714-jd Scope: The Argon Receiving System Serves As The Point Of Entry For Argon To The Greater Lbnf Systems. The System Is Located At The Surface Level Of The Sanford Underground Research Facility (surf), Some 4850 Feet (1478 Meters) Above The Cavern Spaces That House The Dune Detectors. The System Thus Serves To Not Only Accept Argon Deliveries, But Also To Test Them For Acceptability, Temporarily Store Them, And Finally To Vaporize Stored Lar To Be Transferred Underground Via The Nearby Ross Shaft. the Successful Bidder Shall Engineer, Manufacture, Pack, Deliver, Install, And Perform The Acceptance Tests At Surf For The Argon Receiving For Lbnf. the Subcontractor Shall Furnish All Labor, Professional Engineering Services, Equipment, And Materials To Deliver The Supply In Accordance With The Requirements Of This Sow To Surf In The Vicinity Of Lead, South Dakota. the Supply Includes Two (2) Dedicated Truck Stations To Offload Liquid Argon (lar) To Be Used At Lbnf. Further, The Lar Tanks Shall Be Equipped To Reject Their Contents To Trucks At The Appropriate Stations. This Shall Facilitate The Recovery Of Lar At The End Of The Experiment. the Supply Additionally Comprises Two (2) 50 M3 Lar Storage Tanks, To Be Used In Conjunction With Two (2) Additional 50 M3 Tanks Outside The Scope Of This Supply (provided By Fra, To Be Installed By The Subcontractor) To Provide Surface-level Storage Of Lar, For A Total Of 200 M3. The Supply Tanks May Be Temporary Installations Required Only For The Duration Of The Active Lar Delivery And Fill Of The Belowground Lar Cryostats (expected To Continue Until End Of 2033) Or May Be Permanent Fixtures Depending On Which Route Is Most Cost Effective. The Tanks Outside The Scope Of This Supply Shall Be Permanently Installed. The Subcontractor Shall Install Each Of The Tanks Onsite, Including Both Those Required In The Supply And Those Provided By Fra. the Supply Further Includes Any Necessary Equipment To Discharge Lar From The Tanks And Subsequently Vaporize It So That Gaseous Argon (gar) May Be Sent To The Relevant Lbnf Cryogenics Subsystems, As Well As Test Deliveries And Tank Contents For Purity. finally, The Supply Includes All Interconnecting Piping And Equipment (including All Control And Safety Valves, Etc.) Between The Aforementioned Components (including The Two Tanks Outside The Supply’s Scope), As Well As All Documents And Drawings For The Design. lbnf Project Background:lbnf (http:/lbnf-dune.fnal.gov/) Will Provide The Infrastructure Necessary To Support The Massive Neutrino Detectors Located Deep Underground At The Sanford Underground Research Facility (surf) In Lead, Sd. The Deep Underground Neutrino Experiment (dune) Will Employ Four (4) Such Detectors, Housed In Cryostats Requiring Almost 70,000 Tons Of Liquid Argon (lar), About 17,500 Tons For Each Cryostat. Dune (http://www.dunescience.org/) Is Expected To Achieve Transformative Discoveries, Making Definitive Determinations Of Neutrino Properties, Examining The Dynamics Of Supernovae That Produced The Heavy Elements Necessary For Life, And Probing The Possibility Of Proton Decay.
Offizielle Bezeichnung Der Gemeindevorstand Der Gemeinde Eichenzell Tender
Healthcare and Medicine
Germany
Closing Date6 Feb 2025
Tender AmountRefer Documents
Description: Restricted invitation to tender with public participation competition Vob/a Air conditioning systems and water/drainage systems The scope of the services consists of the following basic items (these are listed for orientation): - Air conditioning system with approx. 370 m³/h, consisting of ventilation units for intermediate ceiling installation with heat recovery, approx. 90 m ventilation pipes with molded parts (DN 80 to DN 200), air conditioning components (silencers, volume flow limiters), 9 air outlets (disk valves), 2 outside air/exhaust air grilles and insulation for outside and exhaust air - 4 exhaust air single-room fans with accessories and connecting cable, 3 exhaust air wall fans - exhaust gas extraction system for two vehicles, Consisting of a central radial fan with control, connecting cable and silencer as well as a guide profile, hose unit, safety coupling and balancer/spring roller for each vehicle - approx. 16 m of plastic drain pipe (DN 50 to DN 110) with fittings, 7 floor drains, approx. 215 m of stainless steel drinking water pipe (DN 12 to DN 25) with fittings and connectors as well as insulation, approx. 15 sanitary objects with accessories and equipment, approx. 8 electric instantaneous water heaters (3.5 to 21.0 kW) for decentralized drinking water heating and a boot washing system connection - compressed air piping with 4 connections and approx. 35 m of stainless steel pipe
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Recreational Equipment Reference Number Gg12500491 Title Recreation Supply Description 13 Each X Handball - Balls 7 Each X Boxing Gloves Specification* Deliver At Koornhoop Street Westridge Mitchell's Plain Contact Person Fezile Mjiba Contact Number 021 444 3524 Email Fezile.mjiba@capetown.gov.za Specifications "the Bladders Made Of Plastic Must Be A Fully Equivalent Substitute For A Leather Casing Or Rubber Bladder In Every Respect Must - Have A High Tensile And Breaking Strength (approximately 95kg/cm2 - Be Soft And Supple To The Touch - Have Fault-free And Resistant Grains And Seams Which Exclude All Risk Of Injury And Do Not Fray Or Split. - The Ball Shall Consist Of At Least 32 Panels. - Fully Synthetic Sewing Threads Shall Be Used. - The Bladders Are Made Of Latex Or A Similar, Equivalent Material With A Stretching Capacity Of At Least 600%. - The Valve System Of The Bladder Must Be Simple And Effective To Use." E Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" * Deliver At Koornhoop Street Westridge Mitchell's Plain Contact Person Fezile Mjiba Contact Number 021 444 3524 Email Fezile.mjiba@capetown.gov.za Specifications "the Bladders Made Of Plastic Must Be A Fully Equivalent Substitute For A Leather Casing Or Rubber Bladder In Every Respect Must - Have A High Tensile And Breaking Strength (approximately 95kg/cm2 - Be Soft And Supple To The Touch - Have Fault-free And Resistant Grains And Seams Which Exclude All Risk Of Injury And Do Not Fray Or Split. - The Ball Shall Consist Of At Least 32 Panels. - Fully Synthetic Sewing Threads Shall Be Used. - The Bladders Are Made Of Latex Or A Similar, Equivalent Material With A Stretching Capacity Of At Least 600%. - The Valve System Of The Bladder Must Be Simple And Effective To Use." E Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" Delivery Date2025/04/30 Delivery Tocs - Amenities And Recreation Cses Delivery Address0 Koornhoop Street, Westridge Mitchell's Plain Contact Personfezile Mjiba Telephone Number0214443524 Cell Number Closing Date2025/01/30 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgg1.quotations@capetown.gov.za Buyer Detailss.manuel Buyer Phone0214009231 Attachments No Attachments Note On 1 August 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Municipality Of San Vicente, Palawan Tender
Automobiles and Auto Parts
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 8.8 Million (USD 151.7 K)
Details: Description Invitation To Bid For The Supply, Delivery And Commisionig Of 1 Unit Siphoning Truck (waste Water Vacuum Truck) For Collection And Disposal Of Wastewater And Siphoning Of Flooded Households And Establishments, This Municipality/gds-2025-001 1. The Municipal Government Of San Vicente, Palawan, Through The Development Fund Intends To Apply The Sum Of Eight Million Eight Hundred Four Thousand Pesos (₱8,804,000.00) Being The Abc To Payments Under The Contract For Supply, Delivery And Commisionig Of 1 Unit Siphoning Truck (waste Water Vacuum Truck) For Collection And Disposal Of Wastewater And Siphoning Of Flooded Households And Establishments , This Municipality/gds-2025-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Specifications: Drive System: 4 X 2 6-wheeler Min Cab: Wide Cab Gross Vehicle Weight (kg): 8,500min Payload (kg): 5,880 Min Engine: Euro 4, Diesel 4-cylcle, Vertical, 4 Cylinder, Inline Overhead Valve, Water-cooled, Direct Injection, Electronic Control Common Rail Displacement (i):4.009 Min Output (ps): Min 156 @ Not To Exceed 2,500 R/min Torque (nm): Min 430 @ Not To Exceed 1,400-2,500 R/min Max Speed (kph): 125min Gradeability Tan(%): 42.1 Min Rear: Semi-elliptic Main And Auxiliary Leaf Spring With Double Acting Shock Absorbers Front: Semi-elliptic Leaf Spring With Double Acting Shock Absorbers Service Brakes:hydraulic System Parking Brakes: Mechanical, Internal Expanding Transmission: 6 Speed, Overdrive Tires And Rims: 7.50r16-14pr Min Fuel Tank Capacity (l): 100min Cab Aircon: Equipped (cbu) Vacuum Tank Body And Accessories: A. 3,000 Liters Capacity (3 Cubic Meters) B. Cylindrical Tank Body Made Of High Abrasion Plate Harp 250, 4mm Thick C. Tank Body Is Hydraulically Tipped By Hydraulic Cylinder D. End Dish (rear Door) E. Rear Door Is Hydraulically Raised/lowered, And Is Liquid Tight By Means Of A Self-comensating Seal, Locked By Four (4) Manual Door Latches F. The Tank Shall Be Provided With 3-sight Glasses (dome Type) To Measure The Volume Of Septage/sewage Inside The Tank. Sight Glass Shall Be Tempered Proof Material And Can Be Easily Be Replaced By Hand Wheels. G. Equipped With Automatic Sensing Device To Prevent Overflowing Of Liquid H. Liquids Are Prevented From Passing Into The Vacuum Pump By An Overflow Valve Inside The Manhole And A Second One In The Moisture Trap. I. Anti-surge Internal Baffle All With Reinforcements (walk-through Type) Is Made Of The Same Material. J. Pivots Of Hydraulic Cylinder And Nuts Of Door Laches With Grease Nipples For Lubrication. K. Equipped With Exhaust Deodorizer (deodorizing Liquid To Be Supplied By Client) L. Provided With Suction And Discharge Ports Both At 3" Dia. And With Brass Valves And Quick Hose Connector With End Caps M. Two (2) Pcs Wheel Chokes (made Of 3mm Checked Plate) N. 1 Pair Led Flood Lights On Rear O. Minimum Of 2 Coats Of Epoxy Paint As Rusproofing Inside The Tank P. Stickers, Logos, Ect. Vacuum Pump A. Using Vacuum Pump Pm70t * Free Air Flow: 247cfm * Continous Duty Vacuum:23.g* Hg * Maximum Vacuum:28.4" Hg * Maximum Pressure:21.8 Psig * Power Required At Maximum Vacuum: 16.3 Hp * Power Required At Maximum Pressure Vacuum:20.4 Hp * Oil Consumption:185 Gr/h * Oil Tank Capacity: 3.4l * Noise Level:76 Db-a * Maximum Speed: 1100 Rpm * Working Speed:1100 Rpm B. Driven By Truck Power Take-off (pto), Omfb C. Suction Filter, Moisture Separator, Oil Separator, And Means To Prevent Counter Flow And Overfilling Of The Tank D. Vacuum Pump Set-up By Moro Standard E. Equipped With Moro Vacuum Relief Valve And Pressure Relief Valve For Added Safety. Hoses And Hose Container A. Suction And Discharge Hose * 10 Sets Of 3" Diameter X 10 Meters, With Camlocks Couplings At Both Ends (male & Female) * Working Pressure (kgf/cm2):5 * Bursting Pressure (kgf/cm2:17 * Bending Radius (mm):360 B. Hose Container * Two Checked Aluminum Hose Bed Provided On Both Sides, Of Tank, Extending At Full Length Capable To Hold The Suction And Discharge Hoses, With Stainless Steel Railings On Voth Sides Angular Bar Support, Stainless Steel Bolt And Nuts For Hose Bed. Control Panel * On/off Switch For Operation Of Pumps * Gauge And Indications (vacuum Pump Rpm, Vacuum Pressure, Etc.) * Hour Meter For Vacuum Pump * Emergency Stop Hydraulic Pump For Tank Tilting * 24v Hydraulic Pump (electric Type), Complete With Hydraulic Hoses. * Capable Of Tilting Vacuum Tanker At Approx. 45 Degrees. * Control For Raising And Lowering Of Tank, And Opening And Closing Of Tank Lid. Note: 1. Inclusive Of Training And Seminar For The Proper Usage And Maintenance Of The Unit 2. Inclusive Of 3 Years Lto Registration And One (1) Year Gsis Comprehensive Insurance 3. Inclusive Of Free Ewd, Logo, Set Tools And Jack With Tire Wrench 4. Fob San Vicente, Palawan 5. Free 1st Pms At 1,000 Kms. Or 1st 3 Months Whichever Comes First (labor, Lubes, Parts) Other Requirements 1. Preferably From G7 Countries 2. Supplier Must Have An Established Repair Center Or Moa With Repair Centers In Palawan To Ensure Longevity Of The Unit's Operational Service 3. The Supplier Must Be An Authorized Dealer Of The Brand To Ensure The Unit Is Fitted With Genuine Parts And Come With After Sales Services And Components. 4. Payment To The Supplier Is Subject To Retention Of Ten (10%) Based On The Total Contract Amount And Shall Be Returned Only When Original Copy Of Gsis Comprehensive Insurance, Original Copy Of Lto Registration And Vehicle Plate Have Been Submitted To The Procuring Entity. 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days. 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) No. 9184. 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 Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 To February 5, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (₱10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On January 24, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before February 5, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 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 February 5, 2025, 9:30 A.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan 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: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting
Hindustan Petroleum Corporation Limited - HPCL Tender
Chemical Products
GEM
India
Closing Date27 Jan 2025
Tender AmountRefer Documents
Description: CATEGORY: WATER FINDING PASTE AQUADIS 100GMbyTIN , OIL PASTE
OLEODIS , GI CHAIN 5MM , SEAL WIRE GALVANISED THK
4MM , ROPE SAMPLING COTTON 20MX5MM , SPLY 3by4inch
CS SMLS PIPE API 5L , SPLY 1inch CS SMLS PIPE API 5L G ,
SPLY 2inch CS SMLS PIPE API 5L G , Supply 0.75inch SORF
flange 150class , Supply of 1inch SORF flange 150class ,
Supply of 2inch SORF flange 150class , Supply of 24inch
SORF flange 150class , 1inch WNRF flange 150class Sch. 80
, 2inch WNRF flange 150class Sch. 40 , 24inch WNRF flange
150class Sch.STD , 0.75inch BLRF flange 150class , 1inch
BLRF flange 150class , 2inch BLRF flange 150class , 24inch
BLRF flange 150class , 2inch 90 Deg. elbow Sch. 80 SML ,
10inch 90 Deg.elbow WPBW Sch.40 , 12inch 90 Deg. elbow
WPBW STD. , Wrap coating 4 mm Thick , Safety Harnes
System , Barbed wire , Hot dipped galvanized concert. ,
50x6mm GI Flat. , SS Hand railing , MS Grill , MS Chequared
plate , Galvalume sheeting. , GSKT SPW 50MM class150 316
GRF , GSKT SPW 80MM class150 304 GRF , GSKT SPW
100MM class150 304 GRF , GSKT SPW 150MM class150
316L GRF , GSKT SPW 200MM class150 304 GRF , GSKT
SPW 250MM class150 316 GRF , GSKT SPW 300MM class150
304 GRF , GSKT SPW 600MM class150 304 GRF , GSKT FLAT
ASB 1.6X1.5MT , STUD WbyNUT A193 B16 5by8IN , STUD
WbyNUT A193 B16 3by4IN , COTTON WASTE , LEAD SEAL
SQUARE , SUPPLY OF STRUCTURAL STEEL , FLEXIBLE
BRAIDED CU 20X3MM , 1by2x3inch STUD WITH 2 NUTS ,
1by2x3.5inch STUD WITH 2 NUTS , 5by8x3.5inch STUD
WITH 2 NUTS , 5by8x4inch STUD WITH 2 NUTS , 5by8x7inch
STUD WITH 2 NUTS , 5by8x8inch STUD WITH 2 NUTS ,
3by4x4inch STUD WITH 2 NUTS , 3by4x4.5inch STUD WITH
2 NUTS , 3by4x5inch STUD WITH 2 NUTS , 7by8x120MM
STUD WITH 2 NUTS , 7by8x140MM STUD WITH 2 NUTS ,
7by8x6inch STUD WITH 2 NUTS , 1inchx155 MM LONG
STUD WITH 2 NUT , AUDCO VALVE SEALENT , PAD LOCKS ,
2inch 3 inch REDUCERS , 3inch 4inch REDUCERS , ANCHOR
FASTNER 12X25 , SHELLAC , TEFLON TAPE , MS SOCKET
1by2inch , NIPPLE 1by2X9 , NIPPLE 1by2X3 , NIPPLE 1by2X6
, PAINT REMOVER , WEDGE ANCHOR 10X100 ,
THERMOMETER 4X12inch STAMP 12 OD , THERMOMETER
4X120X12 STAMP , THERMOMETER BC 21by2X120X4
6781-6790 of 7194 archived Tenders