Valve Tenders

Valve Tenders

BARANGAY TANGLAW, BRAULIO E DUJALI, DAVAO DEL NORTE Tender

Automobiles and Auto Parts
Philippines
Details: Description Specifications: Brand New Fx 4x2 M/t Engine: Model: 2gd-ftv (low) Type: 2.4l Diesel, 4-cylinder, 16-valve Dohc Variable Nozzle Turbo With Front Mounted Intercooler Displacement: 2393 Cc Maximum Output: 147/3,400 Hp/rpm Maximum Torque: 343/1,400-2,800 Nm/rpm Transmission: 5-speed M/t Fuel System: Fuel Injection W/common Rail Chassis: Suspension: Front-double Wishbone; Rear-leaf Spring Rigid Axle Brakes: Front-ventilated Discs; Rear-leading-trailing Drums Steering System: Rack And Pinion With Power Assist Tire/wheels: 205/70 R15 Steel Drivertrain: 4x2 Dimension And Weight: Overall Length X Width X Height: Mm-5,490 X 1,800 X 2,014/5,200 X 1,800 X 1,690 Wheelbase: Mm-3,805 Tread: Front/rear Mm-1,510/1,510 Exterior: Headlamps: Multi-reflector Halogen Bumper: Resin Front Grille: Resin Outside Rear View Mirror: Resin Interior: Seats: Front-driver: Sliding/reclining With Headrest; Passenger: Reclining With Headrest Rear- 2 Row Split/space-up Seats Seat Material: Front: Vinyl; Rear- Vinyl Steering Wheel: Urethane Meter Gauges: Analog Inside Rear View Mirror: Day And Night Instrument Panel And Center Cluster: Black Shift Knob: Urethane Sunvisor: Driver (with Ticket Holder) & Passenger Function: Airconditioning System: Rear-manual; Rear-optional Audio System: 2-din Cd/tuner/mp3/usb With Auxillary Input, 2 Speakers Safety: Srs Airbags: Driver (w/ Knee) & Front Passenger Displacement: Front-3 Point Elr X 2 Pretensioner Force Limiter Inclusions: Blinker Stickers ( Brgy. Logo, "barangay Tanglaw" & " Rescue Vehicle" Built-in Mega-phone
Closing Date21 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.3 K)

BARANGAY NAGRANGTAYAN SANCHEZ MIRA CAGAYAN Tender

Furnitures and Fixtures
Corrigendum : Closing Date Modified
Philippines
Details: Description Comfort Room 135 Pcs 4" Chb Non Load Bearing 12 Bags Portland Cement 2 Load Fine Sand/aggregate Mix 1 Pc Hardwood Door With Frame And Accessories 1 Pc 0.4*0.6 Aluminum Awning Window 1 Set Water Closet W/ Fittings 1 Pc Urinal W/ Fittings 2 Pcs 4" Pvc Pipes 1 Pc 2" Pvc Pipes 1 Pc 4" X 2" Wye Reducer 1 Pc 4" Clean Out Plug 6 Pcs 1/2" Ppr Pipe 4 Pcs 1/2" Ppr Elbow 1 Pc 1/2" Gate Valve 1 Pc 1/2" Stainless Faucet 1 Pc 4" X 4" Stainless Floor Drain 7 Pcs 2" X 4" X 2.0 Mm Thk Tubular Bars 1 L.s. Electrical Lightning And Wirings 60 Pcs Wall 60 X 60 Tiles 15 Pcs Floor 60 X 60 Tiles 6 Bags Tile Adhesive 1 Set Lavatory W/ Cabinet Ceiling 10 Pcs 2" X 4" 10' Wood 6 Kgs Assorted Nails 4 Pcs 1/2" Fiber Cement Board Stair And Receiving Area 24 Pcs 300 X 600 Mm Tiles 6 Pcs Stair Trim 120 Pcs 60 X 600 Mm Floor Tiles 27 Bags Tile Adhesive 4 Pcs Tile Cutter Blade Painting 2 Ltrs Masonry Neutralizer 2 Pails Permacoat Flat Latex 2 Pails Acrytex Cast 4 Pails Permacoat Latex Flat (colored) 4 Sets Roller Brush With Pan 4 Pcs Paint Brush Assorted Sizes Others 1 Set Narra Door (entrance) 2.1 X 1.0 1 Set Door Knob Set Waterproofing 3 Pails Buildrite Sapal 2 In 1 Elastomeric Waterproofing 2 Sets Roller Brush With Pan
Closing Date5 Feb 2025
Tender AmountPHP 326.1 K (USD 5.5 K)

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n741.6|gdh|n/a|tyreese.c.smith.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|w62g2t|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| 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 Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332919|750 Emp|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| all Freight Is Fob Origin. any Resulting Contract Will Be In Accordance To The Terms And Conditions Of Thebasic Ordering Agreement #n0010424gz901 the Resultant Award Of This Buy Solicitation Will Be Issued Bilaterally, Requiring The Contractor?s Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. Unit Price:__________ Firm Total Price:__________ Firm Procurement Turnaround Time (ptat) :__________ Awardee Cage: __________ Inspection & Acceptance Cage, If Not At Source:__________ \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Sleeve And Slide,di . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Sleeve And Slide,di Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;78062 3311930; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. this Slide And Sleeve Matched Set Is Supplied Separately From The Valve In Which It Will Be Installed. It Has Been Tested For Conformance To Proof Pressure, Friction And Leakage Requirements Per The Associated Acceptance Test Procedure (atp). However, Sargent cannot Guarantee Conformance To Valve Assembly Test Requirements Once Installed. Acoustic Testing Has Not Been Performed On This Slide And Sleeve Matched Set As This Testing Requires The Parent Valve Assembly To Evaluate Performance.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
Germany
Description: Preliminary information as a call for competition – general guidelines, standard regulations (services) General planning service Hoai for the expansion of the 2nd biological stage 1. Initial situation The Sindlingen sewage treatment plant has currently been expanded to include 4 aeration tanks and 3 secondary clarification tanks. Contents of the project are: planning and construction of 2 aeration tanks and 1 secondary clarification tank, as well as the integration of these tanks into the existing structure. 2. Description of the project 2.1 New aeration tank The aeration tanks are rectangular tanks with longitudinal flow. Their internal dimensions (LxWxH) are approximately 59.6x11.6x5.0m. An underground distribution channel runs along the northern front of the four existing aeration tanks. Next to a large wastewater area, a smaller channel for the return sludge is installed. A pipe branches off from each of these two channels to feed the aeration tanks. These pipes cross an open space in front of the aeration tank that is approx. 5.3 m deep and covered with grid plates. There is a manually operated slide valve, a flow meter and an electric slide valve for each pipe string. The wastewater now crosses the tanks lengthways. The air distribution line runs through 3 separately controlled areas and is led downwards in the middle of each zone. At the southern end of the tank, the wastewater falls over an overflow edge into a collecting channel. The channel directs the wastewater via a distribution structure to the secondary clarifiers. 2.2 Distribution structure The channel leads from the outlet of the aeration tanks via a coagulant addition to the distribution structure. The wastewater is then led via a siphon into a round spring pot. The source tank is divided into three equally sized drainage areas, which then lead to the respective secondary settling tanks. 2.3 New secondary settling tank The secondary settling tanks are designed as round tanks. The wastewater is led from the distribution structure into the secondary settling tanks via underground pipes. It flows into the middle of the tanks. The drainage channel is suspended on the edge of the secondary settling tanks. The clear water can flow into the drainage channel on both sides. It is fed to the further treatment steps via a collecting line. The round tanks have a bottom clearing shield and a floating sludge scraper. The settled sludge is led via the bottom clearing shield into the middle of the tank and from there via a collecting line to the screw pumping station. There it is lifted and returns to the aeration tanks by free fall. The floating sludge is led via pumps on the secondary settling tank in a separate line towards the return sludge pumping station. Two centrifugal pumps lift the floating sludge there. 2.4 Connections and integrations The required inlet and outlet channels to and from the planned basins must be provided. In particular, the distribution structure must be examined in detail to clarify whether a new construction or an extension of the existing structure is possible. The electrical components required in each case must be integrated into the existing switchgear and the control panel extended. The vertical distance between the aeration basins to be planned and the switchgear is around 90m as the crow flies. The distance between the secondary clarification basin to be planned and its switchgear is around 200m as the crow flies. Additional content is the planning and construction of a new service road around 240m long. The creation of an accompanying landscape management plan in conjunction with the Hessian compensation ordinance is also part of this project. 2.5 Tests and simulations At the start of the measure, the existing structure is to be recorded and tested. The results of this will then be incorporated into the further planning of the new structures to be built. The hydraulic cross-section must be checked and revised in accordance with the planning. The return sludge pumping station and the air supply to the aeration tanks are to be tested for their capacities in order stage 1. Various load scenarios are to be represented by a simulation. No further planning is being carried out for the return sludge pumping station and the air supply. Flow simulations are to be carried out using CFD for the existing inlet channels, including the new ones to be built, to the aeration and secondary clarifiers, in particular the distributor structure. Three load cases or operating states to be determined by the SEF are to be simulated. A preliminary test in accordance with Uvpg §5 Paragraph 1 Number 1 is required for the planned expansion of the Sindlingen wastewater treatment plant. Whether this results in the requirement for a formal EIA depends on the results of the preliminary examination. 3. Planning services according to Hoai 2021 The following service descriptions, special and additional services are to be carried out. According to Hoai §11 (1), the fees for each object are to be calculated separately. 3.1 Hoai service descriptions Landscape management accompanying plan according to §26, §31 para. 1 in conjunction with Appendix 7 Hoai object planning for civil engineering structures according to §41ff.; §44 para. 4 in conjunction with Appendix 12 Hoai object planning for traffic systems according to §45ff.; §47 para. 2 in conjunction with Appendix 13 Hoai specialist planning for structural planning according to §49ff.; §51 para. 5 in conjunction with Appendix 14 Hoai specialist planning for technical equipment according to §53ff.; §55 Paragraph 3 in conjunction with Annex 15 Hoai 3.2 Special services are commissioned across all service profiles with the following breakdown: - Commissioning level 1: approx. 20% - Commissioning level 2: approx. 50% - Commissioning level 3: approx. 85% The full range of special services is defined in the tender documents 3.3 Additional services Various additional services, such as: - BBQ acc. to DIN 1054 - On-site construction monitoring - Geotechnical investigations The full range of additional services is defined in the tender documents 4. Division of the future contract into contract stages The contract is divided into a total of three contract stages, which are called up after completion of the previous stage: 4.1 Commissioning level 1 Performance phases 1-4 4.2 Commissioning level 2 Performance phases 5-7 4.3 Commissioning level 3 Performance phase 8 General planning service Hoai For The Expansion Of The 2nd Biological Stage The Frankfurt am Main municipal drainage system intends to expand the second biological stage of the Frankfurt-Sindlingen wastewater treatment plant at Roter Weg 4 with around 470,000 inhabitants, essentially consisting of: - Two aeration tanks - A secondary clarifier - Inlet and outlet channels to the tanks - New construction or reconstruction of a distribution structure for the secondary clarifiers - Traffic systems - Accompanying landscape management plan The technical equipment and the geometry of the tanks should be designed as similarly to the existing ones as possible, although technical innovations can be incorporated. The planned units are to be connected to the power supply and the existing control room at the Ara Sindlingen in terms of electrical, measurement, control, and instrumentation.
Closing Date3 Jan 2025
Tender AmountRefer Documents 

City Of San Pablo Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Rfq-2025-043 (0089-01-21-25) 1. 1 Lot Preventive Maintenance 2 Visits Inspection And Testing Of The Followiing: 1. Control Panel All Switches, Controls Therein And Ensures That The System Is Functioning Property 2. Hydraulic Panel And All Its Components And Ensure It Is Functioning Accurately 3. Chemical Dosing Pumps To Ensure Its Functioning Furthermore Monitoring Of Chemical Dosing Calibration Setting Based Actual Waste Water Quality 4. Chlorine Dosing Setting Based On Influent Condition 5. Check The Status Of The Filters/media Such As 1sf, 2sf And Ogf Against Scheduled Replacement 6. Checking The Media Of Mixing Tank, Connection Of Piping Valves And Other Fittings 7. Inspection And Monitoring Of The Wholee Filchemtech Wwtp Including Its Cleanliness 2. 4 Pcs Water Analysis Deadline For Submission Of Bids: January 27, 2025, 11:00 Am Payment Term: 30 Days *for Price Quotations (preferably Through Email At Lgu.spcbac7@gmail.com) Please See Attached Quotation Form (associated Components)
Closing Date27 Jan 2025
Tender AmountPHP 105.1 K (USD 1.7 K)

Integral Coach Factory - ICF Tender

Works
Machinery and Tools
Ireps
India
Details: Description :- Lumpsum Charges For One Time Repair Including Below Mentioned Items Including gst@18% (a) Filter Cartridges - 9 Nos (b) Draught Fan Assembly Of Appropriate Capacity With protection (overload/short Circuit/single Phasing) - 1 Set (c) Differential Pressure Gauge With Indicator pipes Arrangement For Ducting Arrangement & Modifications Related To It- 1 Set. (d) Providing New feed Line Arrangement With Appropriate Length & Diameter Of Pipes - With Suitable Clamps, Fittings, fasteners Etc.,(stainless Steel)- Refer Scope.4.0 - 1 Set (e) New Storage Hopper For Wheel-3 - 1 Set (f rubber Sheets For Replacing Inside The Chamber Top Side - 1 Set (g) Pneumatic Pulse Jet Valves For Air wash Units & Other Allied Materials Required.- 9 Nos (h) Servo Controlled Voltage Stabilizer 3 Phase, 50 Hz, 200 Kva I/p: 340-480v Ac; O/p: 415v Ac (specification Enclosed Vide Annexure- B) - 1 No
Closing Date10 Jan 2025
Tender AmountINR 3.2 Million (USD 37.4 K)

Municipality Of Alangalang, Leyte Tender

Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Details: Description Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within _________3 Days___________________ Upon Receipt Of The Approved Funded Purchase Order (p.o.). 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials From Date Of Acceptance By The End-user. 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration ,certificate,mayor’s/business Permit,pcab License (infra.),income/ Business Tax Return,omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product, If Applicable. Item Qty Unit Item & Description Unit Price Price 1 1 Unit Xrm125 Fi 2025 Motard Technical Specification: Displacement: 125 Cc Maximum Power: 9.5 Hp Fuel Tank Capacity (litres): 3.9l Maximum Torque: 9.55 Nm Drive Type: Chain Drive Engine Type:single Cylinder,4-stroke,sohc Air Cooled Engine Cooling System: Air Cooled No. Of Strokes: 4-stroke No. Of Cylinder: 1 Valve Configuration: Sohc Exhaust Pipes: Single Exhaust Bore X Stroke52.4mm X 57.9mm Rpm At Maximum Torque 6500 Rpm Rpm At Maximum Power 7500 Rpm Categorymoped Oil Tank Capacity 0.9l Ground Clearance 144 Mm Wheel Base 1239 Mm Length 1927 Mm Seat Height 774 Mm Width817 Mm Height 1045mm Seating Capacity2 Start Optionkick & Electric Fuel Typegasoline Fuel Supply System Pgm-fi Front Tyre 70/90 R17 Rear Tyre 80/90 R17 Front Wheel Size R17 Rear Wheel Size R17 Tyre Typeradial Battery Capacity3 Ah Battery Voltage 12v Front Suspension Telescopic Fork Rear Suspension Swing Arm Gear Box4-speed Transmission Typemanual **************nothing Follows************ (please See Attached Sample) Use For The Mpdo
Closing Date7 Feb 2025
Tender AmountPHP 76.9 K (USD 1.3 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Chemical Products
United States
Description: Combined Synopsis Solicitation White River Junction Vamc Boiler Maintenance (i) This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Is Issued As A Request For Quotation (rfq). (iii) A Statement That The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-01. (iv) The Government Intends To Award A Firm-fixed Price Award For Semi-annual Preventive Maintenance And Annual Inspection Of The Dual-fuel Boiler Plant At The White River Junction Vamc. Please See The Attached Performance Work Statement For Full Requirement Details. Please Complete The Price Schedule Below And Submit With The Quote Submission. (v) The Contractor Shall Provide Semi-annual Preventive Maintenance And Annual Inspection Of The Dual-fuel Boiler Plant At The White River Junction Vamc Iaw The Attached Performance Work Statement (pws). Please See The Attached Pws For Full Requirement Details. (vi) The Place Of Performance Is White River Junction Vamc As Described Per The Pws. (vii) Provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition In Addition To The Following Addenda S To The Provision: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998); 52.204-7 System For Award Management (oct 2018); 52.204-16 Commercial And Government Entity Code Reporting (jul 2016); 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) (viii) Provision At 52.212-2, Evaluation -- Commercial Items, Applies To This Requirement. Submission Of Quotes: (1) Quotes Shall Be Received On Or Before The Date And Time Specified In Section (xv) Of This Solicitation. Note: Offers Received After The Due Date And Time Shall Not Be Considered. (2) Offerors Shall Submit Their Quotes Electronically Via Email To Kenya Mitchell At Kenya.mitchell1@va.gov. (3) Questions: A Site Visit Is Scheduled For Monday,06 January 2025, @ 9:00 Am* Questions Shall Be Submitted To The Contracting Officer In Writing Via E-mail. Oral Questions Are Not Acceptable Due To The Possibility Of Misunderstanding Or Misinterpretation. The Cut-off Date And Time For Receipt Of Questions Is Tuesday 07 January 2025 At 5:00 Pm Est. Questions Received After This Date And Time May Not Be Answered. Questions Shall Be Answered In A Formal Amendment To The Solicitation So All Interested Parties Can See The Answers. (4) Quote Format: The Submission Should Be Clearly Indexed And Logically Assembled In Order Of The Evaluation Criteria Below. All Pages Of The Quote Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date And Solicitation Number In The Header And/or Footer. Sam: Interested Parties Shall Be Registered In System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam In Sufficient Time To Meet The Va S Requirement Will Be Ineligible To Receive A Government Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Interested Parties With No Prior Va Contracts Can Request A Form 10091 At Any Time. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. (xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021), 852.203-70 Commercial Advertising (may 2018), 852.219-73 Va Notice To Total Set-aside For Certified Services-disabled Veterans-owned Small Business (jan 2023), 852.232-72 Electronic Submission Of Payment Requests (nov 2018), 852.241-71 Administrative Contracting Officer (oct 2020) Subcontracting Commitments - Monitoring And Compliance This Solicitation Includes Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors, And Vaar 852.215-71, Evaluation Factor Commitments. Accordingly, Any Contract Resulting From This Solicitation Will Include These Clauses. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) To Assist In Assessing Contractor Compliance With The Subcontracting Commitments Incorporated Into The Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor Compliance With The Subcontracting Commitments. (xii) Clause At 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (wage Determination Applicable Massachusetts Middlesex County Wd #2015-4047 Rev 22 122722 Posted On Sam.gov), 52.222-55, 52.222-62 (xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above. (xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement. (xv) Rfq Responses Are Due Friday, 10 January 2025 By 5:00 Pm Est. Rfq Responses Must Be Submitted Via Email To: Kenya Mitchell At Kenya.mitchell1@va.gov. Hand Deliveries Shall Not Be Accepted. (xvi) The Pocs Of This Solicitation Is Kenya Mitchell At Kenya.mitchell1@va.gov A Site Visit Is Scheduled For Monday 06 January 2025, @ 9:00 Am White River Junction Vamc 163 Veterans Drive White River Junction, Vt 05009 Poc: Scott Snyder - (802) 295-9363 Price Schedule Item Number Description Of Supplies/services Quantity Unit Unit Price Amount 0001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Base 1.00 Yr __________________ __________________ 0002 Emergency Boiler Service Contract Period: Base 1.00 Yr __________________ __________________ 0003 Installation Of New Feedwater System Contract Period: Base 1.00 Jb __________________ __________________ 1001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 1 1.00 Yr __________________ __________________ 1002 Emergency Boiler Service Contract Period: Oy 1 1.00 Yr __________________ __________________ 2001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 2 1.00 Yr __________________ __________________ 2002 Emergency Boiler Service Contract Period: Oy 2 1.00 Yr __________________ __________________ 3001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 3 1.00 Yr __________________ __________________ 3002 Emergency Boiler Service Contract Period: Oy 3 1.00 Yr __________________ __________________ 4001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 4 1.00 Yr __________________ __________________ 4002 Emergency Boiler Service Contract Period: Oy 4 1.00 Yr __________________ __________________ Grand Total __________________ Past Performance Worksheet (provide 3) 1. Name Of Contracting Activity, Government Agency, Commercial Firm Or Other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date Of Contract Award: 5. Beginning Date Of Contract: 6. Completion Date Of Contract: 7. Contract Value: 8. Type Of Contract: 9a. Technical Point Of Contact: 9b. Contracting Point Of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place Of Performance: 11. Description Of Work (use A Continuation Sheet If Necessary): 12. List Any Commendations Or Awards Received: 13. List Of Major Subcontractors: Performance Work Statement Department Of Veterans Affairs Project Name: Boiler Maintenance Place Of Performance: White River Junction Vamc 163 Veterans Drive White River Junction, Vt 05001 Period Of Performance: The Period Of Performance Will Be One (1) Year From Contract Award, With The Option To Extend For Four (4) Option Years (options Years Will Be Exercised At The Governments Discretion) Tasks And Requirements Contractor Qualifications Contractor Shall Demonstrate Satisfactory Past Performance Of Preventive Maintenance And Periodic Inspection Services, Similar To Those Described Herein, On The Same Or Similar Type Of Boiler Equipment, For At Least Five (5) Vha Facilities Within The Past Three (3) Years. The Contractor Shall Provide Performance Assessments From Contracts For Five Of Those Vha Facilities, As Well As Evidence That The Services Were Conducted In Accordance With Boiler Efficiency Institute (bei) Guidelines. Technician Qualifications Contractor Shall Employ Qualified Preventive Maintenance Technicians To Perform The Services Described Herein. Qualified Means A Technician Shall Have Successfully Completed At Least One Year Of Trade School In A Relevant Course Of Study And Shall Have Five Years Of Experience With Institutional And/or Industrial Boiler Service At Plants Similar In Design To The Wrjvamc Boiler Plant. Technicians Shall Have Experience With And Knowledge Of Fire Tube Boilers And Fireye Flame Safeguard And Combustion Controls. The Wrjvamc Facility Manager Or Engineer May Define And Accept Equivalent Qualifications. Technicians Shall Demonstrate Familiarity With And Ready Access To The Current Versions Of The Following References: Nfpa 85, Boiler And Combustion Systems Hazards Code Vha Boiler And Associated Plant Safety Device Testing Manual. Technicians Shall Be Equipped With Portable Electronic Flue Gas Analyzers And Other Test Instruments Necessary For The Required Tests And Calibrations, All Calibrated Within One Month Of The Site Visits. At Facilities With Programmable Digital Controls, The Technicians Must Be Capable Of Programming The Controls And Have The Appropriate Hardware And Software For This. All Contractor Employees Performing Work At Wrjvamc Shall Be Trained In And Shall Follow Proper Va Lock Out / Tag Out Procedures. Regular Service Requirements The Contractor Shall Provide All Qualified Technician Labor, Equipment, Tools, Materials, Parts, Supplies, Transportation, Supervision, Any Other Items, And Non-personal Services Deemed Necessary To Perform The Regular Services For Semi-annual Preventive Maintenance And Annual Inspections, Including Tuning, Testing, Calibrating, And Adjustments On Boilers #1, #2, And #3 And On All Burners And Boiler Plant Controls At The Wrjvamc. Contractor Shall: Conduct All Testing In Accordance With The Vha Boiler And Associated Plant Safety Devise Testing Manual (attachment 2). All Testing Must Be Documented In A Fashion Acceptable To The Va. Perform Combustion Analysis Of Boilers Under Gas And Fuel Oil Operation And Calibrate Fuelto-air Mixture At The Facility. Install All Control Parts For All Three Boilers. All Used Parts Are To Be Turned Over The Wrjvamc For Disposition Evaluation. Test And Record The Operation And Set Points Of All Burner/boiler Safety Interlock Devices. Verify That The Set Points And Operating Points Are Within Approximately 20% Of Normal Operating Parameters. Make All Adjustments As Necessary And Record The New Settings. Supply Copies Of The Bei Paperwork To The Wrjvamc Boiler Plant Supervisor And Contracting Officer S Representative (cor) Upon Completion Of Inspection And Testing, In Accordance With Bei Testing Procedures. The Operation Of A Safety Interlock Device Must Result In Burner Shutdown And/or Proper Alarm Operation. All Interlocks And Safety Devices To Be Inspected And Tested On Each Boiler, Burner, And Related Equipment Are Contained In The Most Current Revision Of The Vha Boiler Plant Safety Devices Testing Manual Along With Testing Procedures. This Maintenance Shall Be Done Every Six Months In Accordance With A Schedule Provided By Wrjvamc Facilities Staff. Contractor Shall Cover All Costs For Calibrations Of Gauges, Transmitters, Flow Meters And Controls Including All Shipping, Handling, And Postage. Boiler Tuning Requirements Contractor Shall Perform Boiler Tuning To Meet Or Exceed The Following Minimum Requirements, And Shall Provide All Combustion Analyzers (calibrated) As Well As Performance Data Indicating These Requirements Have Been Met Or Exceeded: Required Burner Performance (natural Gas And Fuel Oil): Turndown (ratio Of Maximum And Minimum Of Firing Rates) 10/1 And 8/1 Respectively. Achieve, But Do Not Exceed, Boiler Maximum Steam Flow Output Rating. Measure Fuel Input At Minimum And Maximum Firing Rates. Maximum Carbon Monoxide: 200 Ppm Throughout The Firing Rate. Flame Shall Be Stable, With No Pulsations, Shall Be Retained Near Burner, No Blowoff Or Flashback, No Constant Impingement On Refractory Or Water Tubes. No Visible Smoke; Must Comply With Local Emissions Regulations. Must Follow All Boiler Efficiency Institute (bei) Guidelines (provided Locally). Flue Gas Oxygen: 2.5 4.2% O2 (up To 5.2% At Loads Below 40% Of Maximum Steam Output, No Upper Limit At Minimum Firing Rate, Oxygen Can Be 1% Point Higher On Oil Firing On Singlepoint Positioning Systems). Flue Gas Oxygen (low Excess Air Burners): 1 2% (up To 2,5% At Loads Below 40% Of Maximum Steam Output, No Upper Limit At Minimum Firing Rate, Oxygen Can Be 1% Point Higher On Oil Firing On Single-point Positioning Systems). For Semi-annual Preventive Maintenance In Accordance With Vha Directive 1810, Contractor Shall Conduct Testing And Ensure All Boiler Safety Devices Listed Below Are Functioning Correctly And All Associated Boiler Room Equipment Operates Safely Within Desired Operational Settings And Parameters. Low-water Cutoff On Each Boiler (slow-drain) Auxiliary Low Water Cut Off On Each Boiler (slow Drain) High Water Alarm On Each Boiler Low Water Alarm On Each Boiler High Steam Pressure Cut-out (recycle) On Each Boiler High Steam Pressure Cut-out (non-recycle) On Each Boiler Relief Valves Lift Test On Each Boiler Steam Safety Valves Accumulation Test At High Fire On Each Boiler Flame Scanner On Each Boiler Gas Train Vent Valves For Leaks On Each Boiler High Gas Psi Cut Off On Each Boiler Low Gas Psi Cut Off On Each Boiler Gas Shut Off Valves Proof Of Closure On Each Boiler Gas Shut Off Valves Leak Test Each Boiler Low Atomizing Pressure For Fuel Oil For Each Boiler High Fuel Oil Pressure Cut Off For Each Boiler Fuel Oil Safety Shut Off Valves Proof Of Closure For Each Boiler Leak Test Fuel Oil Safety Shut Off Valves On Each Boiler Propane Pilots Start Up On Each Boiler Low Pilot Gas Psi Cut Off On Each Boiler. Emergency Boiler Service Requirements: Contractor Shall Provide Repair Service Call Support For Emergency Corrective Maintenance To The Wrjvamc Boiler Plant 24 Hours A Day, 7 Days Per Week. Emergency Service Shall Include Labor, Parts, And Travel. In An Emergency Such As An Event That Jeopardizes Va N+1 Boiler Redundancy Requirements, An Emergency Service Call Will Be Initiated By A Wrjvamc Boiler Plant Operator Or Facilities Engineer To The Contractor S Service Center Via Telephone, Email, And/or Text Messaging. Contractor Shall Acknowledge The Call For Emergency Service Within 4 Hours, Shall Provide Support By Qualified Technicians On Site Within 8 Hours, And Shall Endeavor To Return Equipment To Normal Operation Within 24 Hours. Normal Operation Means That Defective Parts Have Been Replaced With Parts That Meet Or Exceed Manufacturer's Original Specifications And Va Requirements, And That The Equipment Meets Or Exceeds The Manufacturer's Original Performance Specifications. During Regular Preventive Maintenance, The Contractor Shall Recommend Long-lead-time Critical Parts That The Va Facility Should Keep In Supply To Avoid Service Disruption. The Contractor Shall Replenish Any Va Inventory Consumed In The Course Of Preventive Maintenance Or Emergency Service. For Emergency Calls/service The Contractor Will Furnish All Factory Repair Parts And Service Not To Exceed A Tbd Amount Per Year. The Contractor Shall Provide By Email, A Requested Itemized Quote To Include Hourly Rate And Travel Within 24 H For Any Scheduled Services And Or Parts. The Contractor Shall Provide By Email, An Invoice For Any Emergency Call Outs Within 48 H Of Emergency Service Completion. The Contractor Shall Be Familiar With All Terms, Conditions, And Requirements Herein Contained With Warranty Items And Conditions. The Contractor Shall Be Responsible For All Damages To Persons Or Property That Occurs Because Of The Contractor S Fault Or Negligence. Bid Price Schedule Contractor Shall Provide Itemized Pricing For The Following: Base Bid Year A. Semi-annual Boiler Maintenance And Annual Inspection B. Emergency Boiler Service A. Not-to-exceed Line Item. This Is Estimated Amount That May Increase Or Decrease Depending On Number And Price Of Parts. B. This Line Item Must Be Approved By The Va Contracting Officer (co) Prior To Any Work Performed. C. Installation Of New Feedwater System (base Year Only) Option Years 1 4 A. Semi-annual Boiler Maintenance And Annual Inspection B. Emergency Boiler Service A. Not-to-exceed Line Item. This Is Estimated Amount That May Increase Or Decrease Depending On Number And Price Of Parts. B. This Line Item Must Be Approved By The Co Prior To Any Work Performed. Work Schedule Work Shall Be Completed In Conformance With The Time Schedule Requested By Wrjvamc. Contractor Is Solely Responsible For All Necessary Regulatory Notifications To Meet The Time Schedule. 1. Semi-annual Preventive Maintenance Shall Be Done Once In The Spring, Preferably In Early May, Preceding Summer Months, And Once In The Fall, Preferably In Early November, Preceding Winter Months. 2. Annual Inspections Shall Occur Over 3 Visits Per Year, One Visit For Each Boiler, With One Internal Inspection And One External Inspection Occurring Per Visit. 3. Contractor Shall Notify The Wrjvamc Boiler Plant Supervisor And The Cor At Least Two Weeks Prior To Performing Regular (semi-annual And Annual) Preventive Maintenance On Site. 4. Work Cannot Be Scheduled During Heavy Steam Load Periods. Only One Boiler At A Time Can Be Out Of Service For The Inspection, Testing, And Calibration Procedures. 5. Normal Working Hours Are From 7:30 Am To 4:30 Pm, Monday Through Friday. Contractor Shall Not Perform Work At Va Facility Outside Of Those Hours Or On Government Holidays Without Prior Notification To And Approval From The Cor, Except For Emergency Service. 6. To Maintain Schedule, Regular Preventive Maintenance Work May Be Allowed To Be Performed Outside Of Normal Working Hours. Contractor Shall Coordinate After-hours Work With The Wrjvamc Boiler Plant Supervisor And The Cor With A Minimum 48-hour Notice. Privacy Statement Information Security The Certification And Authorization Requirements Do Not Apply; A Security Accreditation Package Is Not Required. Incidental Exposure To Protected Health Information May Occur From Accessing The Work Site. Contractor Personnel Will Follow All Va Privacy & Security Policies And Procedures. The Boiler Maintenance Service Shall Involve Connection Of Electronic Devices Or Systems To The Va Computer Network And Does Not Involve Sensitive Va Data. Records Management The Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: Citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. Contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. Contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. The Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. The Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. No Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Libmanan Water District Tender

Others
Philippines
Details: Description Provisions: ◉deliver Within 30cds Liquidated Damages Shall Be Applied For Late Delivery. ◉description Of Items Indicated Below Are The Minimum Requirements Of The Water District But Suppliers May Offer Items With Better Specifications And Are Not Inferior To The Specified Below. ◉warranty Shall Be Six ( 6 ) Months For Supplies/materials; One ( 1 ) Year For Equipment/construction Works From Date Of Acceptance. ◉delivered Goods With Defects Shall Be Communicated To The Supplier In Writing And Replacements Must Be Made Within Seven (7) Calendar Days (cds) For Ordinary Office Supplies And Thirty (30) Cds For Made To Order Items. ◉price Validity Shall Be For A Period Of Thirty ( 30 ) Calendar Days & Must Include Vat, Shipping Cost And Other Fees. ◉quotations Are Final. Suppliers Are Advised To Check Their Pricing Carefully Before Sending The Same To The Water District. ◉payment Of Awarded Items To Supplier Shall Be For A Period Of 30 Calendar Days After Complete Delivery, Acceptance & Inspection. ◉ All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulations Res. 10-93. ◉awarding Of This Posting Shall Be Per Lowest Calculated Bid For Each Item Or Per Lot, Whichever The Pe Determines To Be More Advantageous. Orlando A. Aycardo (sgd) . Canvasser Item And Description Qty Unit Brand/model Offered Unit Price Total 1 Angle Valve 1/2", Std. 6 Pcs 2 0.30x0.30m Non-slip Gray Floor Tiles 65 Pc 3 0.30x0.60m Gray Polish Tiles 115 Pc 4 500x430x3mm Thk. Facial Mirror On Aluminum Framing Oval 1 Pc 5 560x500x3mm Thk. Facial Mirror Plain, Round 2 Pc 6 Floor Drain Streamer 2" 2 Pc 7 Lavatory (including Fittings And Accessories), White P-trap 1 Set 8 Ppr Ball Valve 1/2", Std. 4 Pc 9 Ppr Coupling 1/2", Std. 17 Pc 10 Ppr Cross Angle Valve 1/2", Std. 1 Pc 11 Ppr Elbow 1/2", Std. 45 Pc 12 Ppr Female Adaptor 1/2", Std. 13 Pc 13 Ppr Female Elbow 1/2", Std. 1 Pc 14 Ppr Male Elbow 1/2", Std. 4 Pc 15 Ppr Pipe 1/2", Std. 18 Pc 16 Ppr Tee 1/2", Std. 14 Pc 17 Ppr Union Patente 1/2", Std. 2 Pc 18 Pvc Sanitary Fittings Coupling 3" Orange 3 Pc 19 Pvc Sanitary Fittings Elbow 2"x45° Orange 4 Pc 20 Pvc Sanitary Fittings Elbow 2"x90° Orange 14 Pc 21 Pvc Sanitary Fittings Elbow 3"x90° Orange 10 Pc 22 Pvc Sanitary Fittings Elbow 4"x90° Orange 6 Pc 23 Pvc Sanitary Fittings Tee 4"x4" Orange 3 Pc 24 Pvc Sanitary Fittings Wye Reducer 4"x2" Orange 4 Pc 25 Sanitary Upvc Pipe 2"øx10' Orange 5 Pc 26 Sanitary Upvc Pipe 3"øx10' Orange 5 Pc 27 Sanitary Upvc Pipe 4"øx10' Orange 3 Pc 28 Sanitary Upvc P-trap 2" Orange 3 Pc 29 Sanitary Upvc Coupling 2" Orange 5 Pc 30 Stainless Steel Grab Bar 60cm 6 Pc 31 Stainless Steel Or Chrome Plated Faucet 2 Pc 32 Tile Adhesive 5 Bag 33 Tile Grout Gray 5 Bag 34 Tile Trim Gray 8 Pc 35 Water Closet With Bidet (including Fittings And Accessories) 2 Set 36 Pcv End Cap 4" 2 Pc 37 10mmø X 6m Reinf. Steel Bar (astm Grade 40) 322 Pc 38 12mmø X 6m Reinf. Steel Bar (astm Grade 40) 45 Pc 39 16mmø X 6m Reinf. Steel Bar (astm Grade 40) 16 Pc 40 40kg Portland Cement 115 Bag 41 Angle Bar 2x2x3/16, Std. 8 Pc 42 Chb 4" 650 Pc 43 Cutting Disc 4" 10 Pc 44 Cutting Disc 5" 25 Pc 45 G.i. Tubular Steel 2x2x6m 2 Pc 46 Gravel 3/4 8 Cu.m 47 Ordinary Plywood 1/4"x4'x8', Std. Thickness 4 Sheet 48 Phenolic Board 1/2"x4'x8' 4 Sheet 49 Sahara 10 Kg 50 Sand 16 Cu.m 51 Sand Paper #100 2 Pc 52 Steel Matting Blue 10 Pc 53 Tie Wire #16 2 Roll 54 Water Proofing 2 Gallon 55 Welding Rod E6013, 3.2mm Dia. X 350mm Long 10 Kg 56 Baby Roller 4" 6 Pc 57 Flat Latex White, Non-odor 1 Pail 58 Gloss Latex White 1 Pail 59 Paint Brush 2 2 Pc 60 Primer Zinc Gray 3 Gallon 61 Qde Green Top Coat 4 Gallon 62 Skim Coat (20kg) 4 Bag 63 Solvent Cement 1 Liter 64 Top Coat Orange 1 Gallon 65 Top Coat Smoke Gray 2 Gallon 66 Flower Pots Wall Hanging, White (4 Clips) 8" X 4.5" X 4" 500 Pc 67 Polyethylene Storage Tank (horizontal) Blue, Capacity 2000 Liters (528 Gallons), Height 123.9cm, Width 131cm, Length 164cm 1 Unit 68 1/2" Upvc Electrical Conduit Pipe, Orange 10 Pc 69 Electrical Tape Big 10 Pc 70 Receptacles 4 Pc 71 Switch 1 Gang 2 Pc 72 Switch 2 Gang 1 Pc 73 Utility Box 2x4 3 Pc 74 Junction Box 4"x4" 5 Pc 75 Wire, 2.0 Mm2 Thhn (black) 20 Mtr 76 Wire, 3.5 Mm2 Thhn 30 Mtr *to Avoid Problems During Acceptance, Please Indicate/attach Available Technical Specifications And/or Brochure.
Closing Date14 Jan 2025
Tender AmountPHP 279.3 K (USD 4.7 K)

U S COAST GUARD USA Tender

Others
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number 70z04025p60216y00 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. quotes Will Be Evaluated By Who Can Provide All The Requested Items, Delivery Time Frame And By Price. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: please Quote With Delivery To Zip Code 21226 - No Substitutions. vendor Shall Provide: all Items Listed In The Attached Parts List And No Substituions Will Be Authorized Without Approval From Uscg Yard Technical Experts. item 1: Pipe, 4” nsn: 4710 01-lg2-0241 cage: 6mbv0 / Part: Dv-1000a description: Pipe, 4", Aluminum 5086_h32, D Pipe, 4", Aluminum 5086_h32, Det 2-d . H= 96", L= 42", Per 803-1645271 Rev. E, Bend Only, 4" X Standard Pipe, (davit, Portable, Aluminum), Commercial Packing Acceptable. Pipe And Tubeshall Be Banded Together With No More Then 5 Lengths To A Bundle 4" And Above. Marking: Each Length Shall Be Marked With Coast Guard Stock Number And Purchase Order Number. Either Stencil, Paint Stick Or Permanent Marker. qty: 1 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 2: Tubing nsn: 4710 01-lg1-9541 cage: 7d409 / Part: Pipe-sales description: Tubing, 3" Od X 1/4" Wall, 316 stainless Steel, Seamless qty: 3 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 3: Tubing nsn: 4710 01-lg1-9542 cage: 7d409 / Part: Pipe-sales description: Tubing, 3 1/2" Od X 1/4" Wall, 316 Stainless Steel, Seamless qty: 1 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 4: Pipe nsn: 4710 00-277-7869 cage: 1ptu4 / Part: Mil-p-1144 cage: 7y703 / Part: Mil-p-1144 cage: 0fm65 / Part: Mil-p-1144 description: Pipe, 2" Ips, Sch 40, .154" Wall Thk., Sst 316l, Seamless, Mil-p-1144 qty: 1 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 5: Pipe nsn: 4710 01-lg1-7202 cage: 3l672 / Part: 6061 Aluminum description: Pipe, 2" Ips, Sch 80, Aluminum 6061. qty: 20 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 6: Duct nsn: 4710 01-lg4-5444 cage: 97537 / Part: Je5504g1 description: Duct, 4" Dia, Round, Spiral Wound, 20 Gauge, Galvanized Steel, qty: 20 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 7: Pipe nsn: 4710 01-lg2-0331 cage: 00945 / Part: Astm A 53b cage: 7d409 / Part: Astm A 53b description: Pipe, 5" Ips, 5.5625 Od, Sched 40, Galvanized Steel, Astm qty: 10 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 8: Elbow nsn: 4710 01-lg2-0330 cage: 7d409 / Part: 105g-40-2537 cage: 00945 / Part: Astm 234 description: Elbow, 5" Ips, 90 Degree, 5.5625 Od, Buttweld, Sched 10, Galvanized Steel, qty: 1 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 9: Pipe nsn: 4730 01-lg1-9761 cage: 08mn0 / Part: 304 Sst cage: 7d409 / Part: 304 Sst cage: 1ptu4 / Part: 312t304s description: Pipe, 3-1/2", Sch 40, 304 Stainless Steel qty: 1 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 10: Vent Check Valve nsn: 4730 01-lg1-9418 cage: 79128 / Part: 1750 cage: 79128 / Part: 5-1750fbm-i description: Vent Check Valve, 5" Ips, Semicircular Float Inverted, Bronze Body, Monel Float, 150 Ansi Wager 1750 Or Equal qty: 1 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 11: Pipe nsn: 4730 01-lg1-8308 cage: 1ptu4 / Part: 3" Cs Pipe cage: 7d409 / Part: 3" Cs Pipe description: Pipe, 3" Nps, Sch 10, 3.5" Od, 0.120" Wall, Welded Pe-a135 Steel Mechanical Pipe qty: 30 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 12: Flange nsn: 4730 00-lg2-2103 cage: 4730 / Part: 00-lg2-2103 cage: 7d409 / Part: Astm 105 description: Flange, 3" Ips, Slip-on, Comm., Asa, Steel, 150 Psi, Astm qty: 3 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 13: Flange nsn: 4730 01-lg1-2456 cage: 80204 / Part: B16-5-1953table21 cage: 7d409 / Part: B16.5 cage: 34646 / Part: B16-5-1953table21 description: Flange, 5" Slip On, Flat Face, Carbon Steel, Astm A105, 150#, Ansi B16.5 qty: 6 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ * Delivery Address Listed Below. * *all Deliveries Are Required By 09/22/25* ** Total Cost Shall Have Delivery And Any Freight Charges Included. ** ** Shipping: Fob Destination Required. ** quote Total: uein: Naics Code: ship To: Uscg Surface Forces Logistics Center 2401 Hawkins Point Road Receiving Room- Building 88 Baltimore, Md 21226 preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment. all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided. material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations. packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse. all Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped. all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00am To 1:00pm. please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To D05-smb-sflc-cpd-cp3-sap-admin@uscg.mil. invoicing In Ipp it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov
Closing Date22 Jan 2025
Tender AmountRefer Documents 
6801-6810 of 7191 archived Tenders