Valve Tenders

Valve Tenders

City Of Malolos Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 15 Million (USD 256.8 K)
Details: Description Issue Description 1.00 General Requirements 1.01 Mobilization/transportation/hauling Of Materials 1.02 Project Billboard/signboard 1.03 Const. Safety And Health 1.04 Temporary Facilities 1.05 Signed And Sealed Structural, Electrical, Sanitary Plans 1. 06 Application Of All Bldg. Permits, Fire Clearance Fees Sub-total 2.00 2.00 Site Preparation And Earthworks 2.01site Clearing, Layout And Staking 2.02 Demolition, Layout And Staking 2.03 Structural Excavation 2.04 Backfilling And Compaction 2.05 Imported Filling Materials, Spreading And Compaction 2.06 Soil Treatment 2.07gravel Bedding/base & Tampering Sub-total 2.00 3.00 Concrete Works 3.01 Reinforcing Steel Bars & Tie Wires 3.02 Reinforcing Bars 10mm, 12mm (grade 33), 16mm (grade 40) 3.03 Gauge 16 Tie Wires 3.04 Concrete 3.05 Formworks & Scaffoldings Sub-total 3.00 4.00 Masonry Works 4.01 5” Chb Wall (non-load Bearing) With 10mm Rsb@0.6m.b.w 4.02 4” Chw Wall (non-load) Bearing) Qith 10mm Rsb@0.6m.w Sub-total 4.00 5.00 Roof Framing And Roofing 5.01 Structural Roof Framing 5.02 Pre-painted Long Span Ga.24 Bended Accessories 5.03 10 In. Ficem Board Sinepa 5.04 Insulation (10mm Double-sided) Sub-total 5.00 6.00 Architectural Works Wall Plastering 6.01 Exterior Wall 6.02 Interior Wall Sub-total 6.00 7.00 Moisture And Thermal Protection 7.01 Cementitious Waterproofing (2f And 3f And 1 Toilets And Hallway) Sub-total 7.00 8.00 Ceiling Works 8.01 4.5mm Ficem Board On Metal Furring (with Eaves Ceiling Vents) Gf, 3f, 2f Sub-total 8.00 9.00 Doors And Windows 9.10 Doors, Jambs And Hardware D-1 Solid Panel Door And Jamb (classrooms) Painted D-2 Marine Hollow-core Door Jamb (toilets) Painted 9.20 Windows W-1 Steel Casement Window With ¼ In Clear Glass (1.5mx 3.6m) Epoxy/enamel Painted W-2 Jalousie Windows With Clear Bades On Std.aluminum Casing With Fixed Glass On 50x150 Jamb With Griles W-3 Steel Casement Widow With ¼ In Clear Glass (0.6mx 0.6m) Epoxy Painted Sub-total 9.00 10.00 Floor Finishes Ff-1 Plain Cement Floor Finish (classrooms, Hallway, Stairs) Ff-2 300x300mm Non-skid Ceramic Tiles (toilets) Ff-3 Stair Brass/metal Nosing (main Stairs) Sub-total 10.00 11.00 Wall Finishes Wf-1 300x300m Ceramic Wall Tiles (t&b)-2.7m. High Sub-total 11.00 12.00 Painting Works 12.01 Exterior Wall Painting 12.02 Interior Wall Painting 12.03 Ceiling Painting Sub-total 12.00 13.00 Metal Works 13.01 G.l Sch. 40 Amin Stairs And Pwd Railings 13.02 Fire Exit Stairs 13.03 Steel Matting On 1.5m In G.i Frame Along Hallways (eposy/enamel Painted) 2f And 3f Sub-total 13.00 14.00 Plumbing Works 14.01 Polypropelene Water Line, Valves And Fittings 14.02 Pvc Sanitary Line 14.03 Pvc Roof And Rcp Storm Drainage Line 14.04 Area Drains & Catch Basins 14.05 Toilet Fixtures (white) Complete Accessories (stainless Angle Valves, Hose And Fittings) Water Closet Lavatory Counter With Stainless Faucet Urinals Stainless Floor Drain Pwd Toilet Stainless Grab Bars 14.06 Cistern Tank 14.07 Septic Tanl 1 (6mx3mx1.5m) 14.08 Rainwater Catchment System 14.09 1.0hp Booster Pumpset, With Controls, Cables,housing And 200 I,stainless Pressure Tank,pipes, Valves And Fittings Sub-total 14.00 15.00 Electrical Works 15.01 Roughing Ins (pvc), Boxes, Grounding Rod (include Service Entrance) 15.02 Wires And Cables (phelp Dodge Thhn-include Service Entrance/feeder Line 15.03 Panelboard And Circuit Breakers 15.04 Wiring Devices (switches/outlets) Wide Series 15.05 Lighting Fixtures (led Drop/flourescent Lights) 15.06 Service Entrance Concrete Post (4m High With Foundation Sub-total 15.00 16.00 Other Works 16.01 Classroom Blackboard With Framing Sub-total 16.00 Total Direct Cost A. Осм B. Profit C. Taxes Total Estimated Cost Say

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n97113a|feb|717-605-4356|joshua.d.martin76.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| special Shipping And Marking Instructions|6|x|||x||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|joshua.d.martin76.civ@us.navy.mil| note For Contractor/administrative Contracting Officer|3|||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (may 2024)|13|333618|1500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| this Solicitation Contains Multiple Clins; Therefore Award Will Be Based Ontotal Dollar Value And Not Individual Unit Price. p/n 4241047 (62445) p/n 4144966 (62445) p/n 0118 1060 (62445) p/n 0241 1519 (62445) government Source Inspection Per Far 52.246-2 Is Required.delivery_______________days. 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 Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Gasket,valve Cover . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Gasket,valve Cover Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ; P/n: 4241047 Gasket Valve Cover Mfg. Deutz Cage Code (62445); . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 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. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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 Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine if The Item Meets The Minimum Requirements Of This Contract/purchase Order. p/n: 4241047 Gasket Valve Cover Mfg. Deutz Cage Code (62445) 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Cartridge,safety . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Cartridge,safety Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n: 4144966 Engine Safety Mfg. Deutz Cage Code (62445); . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 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. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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 Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine if The Item Meets The Minimum Requirements Of This Contract/purchase Order. part Number: 4144966 Safety Cartride Manufactured By Deutz. Deutz P/n Is 4144966. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Filter,fuel Primary . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Filter,fuel Primary Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ; Part Number: 0118 1060 Element, Fuel Filter Mfg. Deutz Cage Code (62445); . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 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. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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 Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine if The Item Meets The Minimum Requirements Of This Contract/purchase Order. part Number: 0118 1060 Element, Fuel Filter Mfg. Deutz Cage Code (62445) 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Cone,sealing . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Cone,sealing Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ; P/n: 0241 1519 Sealing Cone Mfg. Deutz Cage Code (62445); . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 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. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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 Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine if The Item Meets The Minimum Requirements Of This Contract/purchase Order. p/n: 0241 1519 Sealing Cone Mfg. Deutz Cage Code (62445)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Pipe Line Project
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: City Of Chester Water System Improvements City Of Chester, Chester, Hancock County, West Virginia The U.s. Army Corps Of Engineers, Pittsburgh District, Is Carrying Out A Project To Rehabilitate Portions Of The City Of Chester?s Water Treatment Plant And Water Distribution System At The Location Referenced Above. The Major Features Of The Project Generally Involves The Following: 1. Water Treatment Plant Equipment Improvements Which Will Include The Following Work, In General: ? Improvements To The Existing Filter Tanks Including The Removal And Replacement Of The Filter Tank Media; Removal And Replacement Of The Access Manways. ? Removal And Replacement Of Actuated And Manual Valves Including A New Control System For The Actuated Valves. ? Removal And Replacement Of The Existing Exterior Backwash Tank. ? Removal And Replacement Of The Existing Site Sanitary Lift Station. ? Cleaning And Video Inspection Of The Existing Raw Water Intake Pipe/structure. ? The Necessary Permit For The Aforementioned Improvements Has Been Obtained From The West Virginia Department Of Health And Human Resources - Office Of Environmental Health Services. ? The Necessary Permit For The Aforementioned Improvements Has Been Obtained From The West Virginia State Fire Marshal?s Office. ? There Were No Findings Of Lead, Asbestos, Or Other Related Materials Within The Interior Of The Water Treatment Plant Building. 2. Water Distribution Improvements Which Will Include The Following Work: ? Installation Of New Gate Valves At An Estimated (26) Different Locations Throughout The City?s Distribution System. ? The Necessary Permit For The Aforementioned Improvements Has Been Obtained From The West Virginia Department Of Health And Human Resources - Office Of Environmental Health Services. Water Treatment Plant Equipment And/or Site Improvements Will Be Performed Entirely Within City-owned Property; And Water Distribution Improvements Will Be Performed Entirely Within City Road Right-of-ways. Project Physical Construction Is Proposed To Take Place Between May 2025 And May 2026. Access For City Workers To City-owned Property (water Treatment Plant) Shall Be Maintained At All Times During Construction. All Vehicle Access Within City Road Right-of-ways Shall Be Maintained At All Times With The Proper Maintenance Of Traffic During Construction. Disposal Of Construction Waste Material Will Be Disposed Of At Commercially Permitted Facilities Licensed To Accept Waste Or Recyclable Materials As Applicable.the Work Shall Be Completed Within 330 Calendar Days After Written Notice To Proceed. Disclosure Of Magnitude Of Construction (far 36.204 And Dfars 236.204) Between $1,000,000 And $5,000,000the Acquisition Will Be Procured As 100% Set-aside For Small Business. The Resulting Award Will Be For One (1) Firm-fixed-price (ffp) Contract. All Responsible Bidders Are Encouraged To Participate. The Invitation For Bid (ifb) Will Be Issued On Or About 11:00am Et, 29 January 2025, Online Through Procurement Integrated Enterprise Environment (piee) Which Posts The Opportunity To Sam.gov; Therefore, Requests For Hardcopies Of The Solicitation Will Not Be Honored.the North American Industrial Classification System (naics) Code For This Acquisition Is 237110 - Water And Sewer Line And Related Structures Construction. The Small Business Size Standard For This Naics Code Is $45,000,000.00.in Order To Submit A Bid On This Project, Your Company Must-1) be Registered In System For Award Management (sam) And Maintain An Active Registration Status. 2) be Registered In The Procurement Integrated Enterprise Environment (piee) For The Solicitation Module With The Proposal Manager Manger Role. System For Award Management (sam) Registrationregistering In Sam.gov Includes Both Entity Validation And Entity Registration.to Register In Sam:a. navigate To Sam.govb. select Sign-in (top Right)c. select Create An Account Then Follow The Instructions. D. after Account Is Set-up, Select Sign In.e. under The Entity Management Widget, Select ?get Started? Button. F. select Register Entity. As Part Of Entity Registration, A Unique Entity Id Will Be Assigned.for Additional Information On Samto Register Your Entity (company), Please Visit Https:/www.fsd.gov/gsafsd_sp?id=gsa_index . Here You Will Find The Following, get Started With Your Registration check Registration Status ? Active, Inactive, Pending update Your Registration become An Entity Administrator validate Your Entity *access User Guides *by Selecting This Option, You Can Obtain A Quick Start Guide For Contract Registrations.also, Here You Will Find In Addition To The User Guides - Faqs, Videos, And Definitions.please Noteit Is Mandatory That All Companies Be Registered In Sam In Order To Receive Federal Contracts.there Is No Charge To Register Or Maintain Your Company (entity) Registration.login.gov Manages Usernames And Passwords For Sam.gov. *important* Registration Informationregistration Can Take At Least Ten (10) Business Days To Be Active In Sam.gov.registration Must Be In Active Status Upon Offer Submission And Remain Active During Award Period.registration Must Be Renewed Every 365 Days To Remain Active.the Federal Service Desk (fsd) For Sam Questions, May Be Contacted. Phone Number: 866-606-8220hours Of Operation: Monday-friday 8 A.m. To 8 P.m. Etprocurement Integrated Enterprise Environment (piee) Solicitation Module Registrationto Register For Piee Follow The Below Instructions. Register In Piee:a. Navigate To Https://piee.eb.mil/b. Select Register [top Right]c. Select Vendord. Create A User Id And Password And Follow The Prompts [next]e. Create Security Questions [next]f. Complete Your User Profile Information [next]g. Complete Your Supervisor Or Approving Official Information [next]h. Complete Rolesi. Step 1. Select Sol-solicitationii. Step 2. Select Proposal Manageriii. Step 3. Click Add Rolesiv. Step 4. Fill In Your Location Code (cage Code) [next]i. Provide A Justification For Your Registration [next]j. Follow The Remaining Prompts To Submit Your Registrationthe Procurement Integrated Enterprise Environment (piee) Help Desk May Be Reached By Calling Telephone Number 866-618-5988 For Assistance.

MUNICIPALITY OF LAPINIG, NORTHERN SAMAR Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 224.2 K (USD 3.8 K)
Details: Description Republic Of The Philippines Province Of Northern Samar Municipality Of Lapinig Bids And Awards Committee Invitation For Negotiated Procurement Repair/rehab. Of Rhu Halfway House Goods-np2024-022 1. In View Of The Two (2) Public Biddings, The Municipal Government Of Lapinig, N. Samar Through Its Bids And Awards Committee (bac) Invites Interested Bidders To Participate In The Negotiation For The Project, “repair/rehab. Of Rhu Halfway House” In Accordance With Section 53.1 Of The Revised Implementing Rules And Regulations (irr) Of Republic Act (r.a.) No. 9184, Otherwise Known As The “government Procurement Reform Act.” The Approved Budget For The Contract (abc) Is Two Hundred Forty-four Thousand Two Hundred Fifteen Pesos Only (php 244,215.00). For More Details On This Project, Please Refer To Attached Schedule Of Requirements (annex A) And Technical Specifications (annex B). 2. The Following Eligibility And Technical Documents, As Well As The Financial Proposal Form (annex C) Shall Be Submitted On January 16, 2025, Before 10:00 A.m. At The Conference Room, Annex Bldg. Mun. Hall, Lapinig, N. Samar: A. Philgeps Membership Certificate (platinum) Or In The Absence Of Philgeps Certificate, Bidder May Opt To The Following: I. Dti Business Name Registration Or Sec Registration Certificate Or Cooperative Development Authority. Ii. Valid And Current Mayor’s Permit/license To Operate Iii. Tax Clearance Per Executive Order 398, Series Of 2005 As Finally, Reviewed And Approved By The Bir. Iv. Audited Financial Statements B. Statement Of All Ongoing Government And Private Contracts C. Bid Security Issued In Favor Of The Municipal Government Of Lapinig Shall Be Either In The Following Forms And Amount: I. 2% Of The Abc, If Cash Or Cashier’s//manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank; Ii. 5% Of The Abc, If Survey Bond With Certification From Insurance Commission That Such Insurance Company Is Authorized To Issue Such Security; Iii. Bid Securing Declaration. Sample Form Is Attached As Annex D. D. Compliance With The Schedule Of Requirements (annex A) And Technical Specifications (annex B); E. Notarized Omnibus Sworn Statement (form – Annex E); F. Authority Of The Signatory; 3. Opening Of The Eligibility Documents, Technical Documents And Financial Proposal Will Be On January 16, 2025, Before 10:00 A.m. 4. For Further Information, You May Contact Bac Secretariat At 09167520867 From 8:00 A.m. To 5:00 P.m. (working Days And Hours Only). 5. The Municipal Government Of Lapinig Northern Samar 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. 6. For Further Information, Please Refer To: Ma. Devorah D. Cidro Bac Secretariat Municipal Budget Office, 2nd Floor, Mun. Hall, Lapinig,northern Samar Cp # 09167520867 (sgd)engr. Angeles M. Maestre Bac Chairperson Section Vi. Schedule Of Requirements Project Name: Repair/rehab. Of Rhu Halfway House The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Cement Bags 61 Sand Cu.m. 5 Gravel Cu.m. 2 12mmø Rsb Pcs 17 10mmø Rsb Pcs 32 G.i. Tie Wire Kgs 5 (4") Chb Pcs 520 (1/4") Marine Plywood Shts 13 (1/2") Marine Plywood Shts 4 (2" X 3" X 3m) Good Lumber Pcs 40 (1" X 8" X 3m) Good Lumber Pcs 8 C.w. Nail (assorted) Kgs 10 F. Nail (1.5") Kgs 2 Water Closet Including Fittings & Accs. Set 2 Ceramic Lavatory Set 2 (8ft) Corr. G.i. Roofing (pre-painted) Shts 5 (12ft) Corr. G.i. Roofing (pre-painted) Shts 5 Plain G.i. Sheet Shts 2 Plain G.i. Gutter Pcs 6 Umbrella Nail Kgs 2 Multi-purpose Sealant Pcs 1 (60cm X 40cm) Jalousie Window Unit 4 (150cm X120cm) Jalousie Window Unit 2 (210cm X 70cm) Pvc Flush Door Unit 2 Door Knob Pcs 2 Jetmatic Pump Unit 1 (1" Dia.) Pe Pipe Sdr11 (60meters) Roll 1 (1" Dia.) Pe Pipe Coupling Pcs 1 (1" Dia.) Pe Pipe Elbow Pcs 1 (1") Pvc Foot Valve Pcs 1 (1") Pvc Check Valve Pcs 1 (1 1/4"x1") Pe Reducer Pcs 1 (1/2") Pvc Pipe S-blue Pcs 6 (1/2") S-blue Elbow Pcs 10 (1/2") S-blue Coupling Pcs 5 (1/2") S-blue Tee Pcs 4 (1/2") S-blue Female Adapter Pcs 4 (1/2") S-blue Male Adapter Pcs 4 (1/2") Pvc Faucet Pcs 4 Teflone Tape Roll 2 Cement Solvent Can 1 (4") Sanitary Pvc Pipe Pcs 2 (4") Elbow Pcs 3 (4") Tee Pc 1 (2") Sanitary Pvc Pipe Pc 1 (2") Elbow Pcs 2 (2") Tee Pcs 2 (4"x4") Floor Drain Pcs 2 Led Bulb (18w) Pcs 4 Receptacle Pcs 4 Junction Box Pc 1 Utility Box Pcs 2 Single Switch Pcs 2 (1/2" Dia.) Flexible Hose Mts 10 2.0mm^2 Wire Mts 20 Electrical Tape Roll 2 Acrytex Primer Gals 4 Acrytex Reducer Gals 2 Acrytex Tinting Color (varies) Lits 2 Acrytex Top Coat (white) Gals 4 Paint Brush Pcs 4 Paint Roller Pcs 4 Baby Roller Pcs 4 Qde Primer Gal 1 Qde Top Coat Gal 1 Paint Thinner Bot 2 Sand Paper (varies) Yard 5 Tile Adhesive Bags 3 (40cm X 40cm) Ceramic Glazed Tile Pcs 60 (40cm X 40cm) Ceramic Unglazed Tile Pcs 24 Tile Grout Packs 3 Tile Trim (3 Meter Length) Pcs 4

Indian Institute Of Technology - IIT Tender

Goods
Furnitures and Fixtures
GEM
India
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Description: CATEGORY: Wall Bench ,WB - 1, Size L 2025 mm x W 600 mm x H 900 mm , Over Head Storage Cabinet with Frame Structure Size L 645 mm x W 350 mm x H 635 mm , Corner Bench ,CB - 1, Size L 1030 mm x W 0900 mm x H 900 mm , Wall Bench ,WB - 2, Size L 1525 mm x W 750 mm x H 900 mm , Over Head Storage Cabinet Size L 720 mm x W 350 mm x H 635 mm , Chemical Storage Cabinet ,CSC, Size L 750 x D 450 x H 2100 mm , Wall Bench ,WB - 3, Size L 1525 mm x W 750 mm x H 900 mm , ISLAND Bench ,IB - 1, Size L 1550 mm x W 1500 mm x H 900 mm , Wall Mounted Storage Cabinet with Frame Structure Size L 630 mm x W 350 mm x H 635 mm , Low Constant Volume, LCV, type Bench Fume Hood, Size L 1800 x D 915 x H 2300 mm, For AC Lab, , Low Constant Volume, LCV, type Bench Fume Hood, Size L 1500 x D 915 x H 2300 mm, For AC Lab , Exhaust Fan - one fan for 2 Nos. 1800 mm, 1 Nos. 1500 mm wide Fume Hood and 1 no. Chemical Storage cabinet , Wall Bench ,WB - 1, Size L 4500 mm x W 750 mm x H 900 mm , Wall Mounted Storage Cabinet with Frame Structure Size L 720 mm x W 350 mm x H 635 mm , Wall Bench ,WB - 1, Size L 2800 mm x W 900 mm x H 900 mm , Wall Mounted Storage Cabinet with Frame Structure Size L 670 mm x W 400 mm x H 600 mm , Wall Bench ,WB - 2, Size L 2793 mm x W 750 mm x H 750 mm , Over Head Storage Cabinet Size L 720 mm x W 400 mm x H 600 mm , Low Constant Volume ,LCV, type Bench Fume Hood,Size L 1800 x D 915 x H 2300 mm, ,For AC Lab, , Exhaust Fan - 1 Nos. 1800 mm wide Fume Hood , Low Constant Volume, LCV, type Bench Fume Hood, Size L 1800 x D 915 x H 2300 mm, For AC Lab , Exhaust Fan - one fan for 2 Nos. 1800 mm wide Fume Hood , Wall Bench ,WB - 1, Size L 0800 mm x W 915 mm x H 900 mm , Wall Bench ,WB - 1, Size L 7550 mm x W 750 mm x H 900 mm , Wall Bench ,WB - 2, Size L 2050 mm x W 750 mm x H 900 mm , ISLAND Bench ,IB - 1, Size L 6800 mm x W 1500 mm x H 900 mm , Chemical Storage Cabinet ,CSC, Size L 1000 x D 450 x H 1830mm , Chemical Storage Cabinet ,CSC, Size L 1000 x D 450 x H 1830mm without exhaust system , Wall Bench ,WB - 3, Size L 1775 mm x W 900 mm x H 750 mm , Low Constant Volume ,LCV, type Bench Fume Hood,Size L 1500 x D 915 x H 2300 mm, ,For AC Lab, , Exhaust Fan - one fan for 2 Nos. 1500 mm wide Fume Hoods and 2 nos. Chemical storage cabinets , Wall Bench ,WB - 4, Size L 6800 mm x W 750 mm x H 900 mm , Exhaust ducting in PP FRP, Round Shape, construction, 3mm, 2mm, complete with necessary bends, reducers, T connections, supports, flanges, gaskets, nutbolts etc. , Fume Hood Superstructure , Fume Hood Worktop , Service Valves ,Premier Polymers Make, , Electrical Services , Controls , Fume Hood Understructure , Fume Hood Under-Cabinet ,Chemical Storage Purpose, , Accessories 300 mm dia. Duct damper , Accessories 200 mm dia. Duct damper

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n713.23|haa|7176057322|cody.s.smith26.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|see Schedule|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|||||||||||| option For Increased Quantity (mar 1989)|1|365 Days| 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|332911|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. the Government Is Seeking A Repair Turnaround Time (rtat) Of: 150 Days government Source Inspection (gsi) Is Required. please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25. the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree. important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A ""reconciliation Modification"" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default. in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________. your Quote Should Include The Following Information: Quote Amount And Rtat Unit Price:__________ Total Price:__________ Repair Turnaround Time (rtat): _______ Days if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This contract. Check One: Firm-fixed-price ___ Estimated ___ Nte ___ Return Material Authorization # (rma), If Applicable:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location Awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As ""awardee Cage"": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As ""awardee Cage"":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________ \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Valve,safety Relief . 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 Valve,safety Relief Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. cage___ref. No. ;04577 B14359-13; 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. 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. 4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 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 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. 6.3 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.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n713.34|glk|717-605-3020|emma.j.hippensteel.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 Report||tbd|n00104|tbd|tbd|see Schedule|tbd|see Schedule||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 (jan 2025)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ "all Freight Is Fob Origin. this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. the Government Is Seeking A Repair Turnaround Time (rtat) Of: 90 Days government Source Inspection (gsi) Is Required. please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25. your Quote Should Include The Following Information: Quote Amount And Rtat Unit Price:__________ Total Price:__________ Repair Turnaround Time (rtat): _______ Days if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This contract. Check One: Firm-fixed-price ___ Estimated ___ Nte ___ Return Material Authorization # (rma), If Applicable:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location Awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As ""awardee Cage"": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As ""awardee Cage"":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________ ""important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A ""reconciliation Modification"" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default. in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________. " 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Valve/actuator Assy . 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 Valve/actuator Assy Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. cage___ref. No. ;98032 200059-01-02; 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. 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. 4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 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 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. 6.3 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.

Department Of Health Treatment And Rehabilitation Center Tender

Solar Installation and Products...+1Electrical and Electronics
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 65 K (USD 1.1 K)
Details: Description Bids And Awards Committee Request For Quotation Reference No.: 2025-02-035 Date: February 7, 2025 Procurement Title: Supply And Delivery Of Construction, Maintenance And Hardware Supplies Pr Reference No: 2025-02-075/ 2025-01s-060 Approved Budget Of The Contract (abc): Php 65,045.00 Name Of Supplier: _________________________________________ Contact No: _______________________ Contact Email Adress.: _______________________ Address: ________________________________________ Delivery Term: Based On The Submitted Annex A Delivery Place: Batangas Iii Liyang Pilar,bataan Please Quote Your Best Offer For The Following Items Described Herein Subject To Terms And Conditions And/or Technical Specifications And Within The Approved Budget For The Contract. Submit Your Quotation Duly Signed By Your Representative Through Registered Or Electronic Mail At The Above Address Not Later Than February 11, 2025 10:00am Subject To The Following: S Terms And Conditions: 1.) Doh Trc Bataan Reserves The Right To Reject, Accept And Waive Any Defects In The Price Quotation. 2.) All Entries Shall Be Typed Or Written In A Clear And Legible Manner. 3.) All Prices Offered Herein Are Valid, Binding And Effective For Sixty (60) Calendar Days From The Deadline Of Submission. Alternative Bids Shall Be Rejected. 4.) Price Quotation/s Shall Be Denominated In Philippine Peso And Shall Include All Incidental Expenses (tax, Delivery, Etc.,) 5.) Award Of Contract/purchase Order Shall Be Made To The Lowest Quotation, Which Complies To The Technical Specifications Required. In Case Of Tie Quotations, The Bac Shall Adopt And Employ “toss Coin” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005 6.) Salient Provisions Of The Revised Irr (rirr) Of Republic Act (ra) 9184: Section 68 - Liquidated Damages And Section 69 - Imposition Of Administrative Penalties Shall Be Observed. 7.) All Services Rendered/delivered Items Shall Be Subject To Inspection And Acceptance. Payment Will Be Process Within 30 Days Upon The Receipt Of Service/delivery Of Items. Additional Requirement For Submission: 1.) Philgeps Registration Number Or Certificate 2.) Notarized Omnibus Sworn Statement 3.) Valid Business Permit/mayor’s Permit 4.) Latest Income/business Tax Return 5.) Blank Copy Of Delivery Receipt/charge Sales Invoice And Collection Receipt/invoice (for New Suppliers) 6.) Valid Certificate Of Product Registration (cpr) From Food And Drug Administration (fda) (for Procurement Of Drugs And Medicine/medical Supplies) 7.) Batch Notification, Lot Release From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Specific Drugs And Medicines) 8.) Valid Certificate Of Medical Device Notification From Food And Drug Administration (fda) Or Its Equivalent (for Procurement Of Medical Device) 9.) Valid License To Operate From Fda (whether It Is A Manufacturer, Importer, Seller Or Distributor) (for Procurement Of Drugs And Medicine/medical Supplies/medical Device) 10.) Brochure With Picture Of Quoted Item. Respectfully Yours, Sgd Chazell Irrah I. Bon Head, Bac Secretariat Item No. Unit Item Description Qty Abc/ceiling Price Per Unit Brand* Unit Cost Total 1 Pcs 9 Watts Led Bulb (day Light) 50 150.00 2 Box Thhn 3.5 Mm Sq; 150 M Cable Wire 1 5,500.00 3 Box Thhn 2.0 Mm Sq; 150 M Cable Wire 1 4,500.00 4 Pcs Stainless,long Neck Faucet 10 250.00 5 Pcs Brass Padlock Heavy Duty 60mm 10 190.00 6 Pcs Rust Remover Penetrating Oil Multi-use 420 Ml 1 600.00 7 Pcs Electronic Contact Cleaner400ml Spray 1 350.00 8 Pcs Led Downlight 12 Watts, 6.5" Diameter Circle 10 190.00 9 Pcs Sus304 Stainless Steel 2 Way 1/2"×1/2“angle Valve For Toilet Bidet Faucet 90 Degree Angle Valve 5 250.00 10 Pcs Flexible Hose 1/2x1/2x 12'' 5 95.00 11 Pcs Flexible Hose 1/2x1/2x 16'' 5 115.00 12 Pcs Heavy Duty Plug 5 65.00 13 Pcs Lavatory Faucet, S/s 5 290.00 14 Pcs Duplex Outlet W/ground 5 190.00 15 Pcs Roof Sealant, 500 Grams 10 150.00 16 Pcs Teflon Tape 19mmx0.75mmx10m 10 30.00 17 Packs Wood Glue 500 Grams Sachet 2 180.00 18 Pcs Cylindrical Doorknob Entrance | Privacy Lockset Push Lock Door Knob Set 5 600.00 19 Cans Pvc Pipe Cement 400 Cc 2 350.00 20 Sack Commercial/solar Salt For Filtration (50kls/sack) 3 900.00 21 Pcs Electrical Tape (big)16mmx19mmx1m(10's) 15 65.00 22 Pcs Goose Neck Faucet, S/s Sus-304 Stainless Steel Standard Size: G1/2"(20mm) 4 550.00 23 Box 6013; 2.5kg/box Welding Rod 1 400.00 24 Box Cutting Disk4''(10pcs) 1 500.00 25 Roll Tansi (grass Cutter) 300mm 4 130.00 26 Pcs Disc Faucet Cartridge For Replacement Faucet Accessories Refined Copper 1/2"quick Open Faucet Spool 16 70.00 27 Pcs Stainless Steel Toilet Spray Bidet Holder 2 700.00 28 Pcs Pvc Pipe 4” Dia. (sanitary) S1000 9 600.00 29 Pcs Pvc Tee Reducer 4” X 2” 11 95.00 30 Pcs Pvc Elbow 4” X 90 4 110.00 31 Pcs Pvc Tee 4” 1 150.00 32 Pcs Pvc Cleanout 4” 1 80.00 33 Pcs Plain Sheet Colored (white) 4 720.00 34 Pcs Pvc Cement 200 Cc 2 300.00 35 Pcs Silicone Sealant (white) 10 220.00 36 Pcs Padlock 30mm Heavy Duty 50 100.00 37 Meters Farm Net Nylon 12mm To 15mm X 5ft 10 180.00 ***nothing Follows*** *suppliers With No Indicated Brand And Model For The Quoted Items Will Be Disqualified From The Selection Of Suppliers. This Project Will Be Awarded As: After Having Carefully Read And Accepted The Terms And Condition, I/we Quote You On The Item At Prices Noted Above. _____________________________ Name /signature Of Representative ¬¬ Will Not Participate Due To: _____________________________ Name /signature Of Representative

Oriental Mindoro Tender

Automobiles and Auto Parts
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
Details: Description Rfq No.2025- _______ Date: _______________ Request For Quotation Supply And Delivery Of Motorcycle 1st Qtr. 2025 The Municipal Government Of Pinamalayan Hereinafter Referred To As “the Purchaser”, Through Its Bids And Awards Committee (bac), Invite Interested Parties To Submit Price Quotation For The Supply And Delivery Of Motorcycle 1st Qtr. 2025 Through Small Value Procurement (sec. 53.9, Irr Of R.a 9184) With Approved Budget For The Contract (abc) Of Two Hundred Thousand Pesos Only (200,000.00) Item/lot No. Quantity Units Item Description Abc 1 2 Units Motorcycle Vehicle Engine & Performance Engine Type: 4-stroke, 2-valve, Sohc, Liquid-colled, Esp Ignition Type: Full Transisterized Tire Size (front): 90/80 - 14 M/c 43p (tubeless) Overall Dimensionl Lxwxh 1,918 X 679 X 1,066 (mm) Ground Clearance: 131 Mm Battery Type: 12v - 5ah (mf-wet) Bore X Stroke: 52.4 X 57.9 (mm) Displacement: 125 Cc Brake Type (front): Hydraulic Disc Tire Size (rear): 100/80 - 14m/c 48p Curb Weight: 112 Kg Fuel Tank Capacity: 5.5 L Maximum Power: 8.2 5w , 8500 Rpm Fuel Consumption: 50.03km/l (wmtc Test Method) Starting System: Electric (acg Starter) Brake Type (rear): Mechanical Leading Trailing Wheel Type: Cast Wheel Seat Height: 769 Mm Fuel System: Pgm-fi Maximum Torque: 10.8 Nm 5000 Rpm With Free Helmet Anf Free 3 Yr Lto Registration 200,000.00 All Items Listed Under The Purchaser’s Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements Will Result To Rejection. Likewise, It Is Understood That Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. Procurement Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act No. 9184 (go Vernment Procurement Reform Act). It Is The Intent Of The Purchaser To Evaluate The Quotation For Each Item/lot And Compare It With Other Bids/quotation Separately And Recommend For Contract Award Separately.contract Award Will Be Made To The Lowest Evaluated Quotation, Per Item/lot, Meeting Purchaser’s Technical Specifications. Likewise, In Accordance With Section 53.9 And Appendix A Of Annex “h” (consolidated Guidelines For The Alternative Methods Of Procurement) Of The Irr Of Ra No. 9184, The Supplier Shall Provide The Following Documentary Requirements As A Condition For Award Of The Contract: 1. Mayor’s Permit Your Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. All Quotations May Be Typewritten Or Handwritten And May Be Placed In Sealed Envelope Marked Supply And Delivery Of Motorcycle 1st Qtr. 2025 Through(rfq No. 2025-_ __ And Must Bedelivered/submitted On___ _______ At The Bac Secretariat Office, 2f Main Building, Municipal Compound, Pinamalayan, Oriental Mindoro. Quotations Shall Be Valid For Thirty (30) Calendar Days From The Deadline Of Submission Of The Same. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of The Purchase Order (po). The Supplier Should Inform The Purchaser At Least A Day Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hour. Delivery Site: Lgu Pinamalayan The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. The Prospective Supplier Shall Submit The Following: A) Duly Accomplished Quotation Form (annex A); And B) Brochures Of The Items Offered, If Any. The Municipal Government Of Pinamalayan Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Procurement Process And Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier Or Suppliers. Municipal Government Of Pinamalayan Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Fgovernment. Carlito M. Mejico, Cpa, Reb Municipal Assessor Bac Chairperson Quotation Form Rfq No. _______ Date: _____________ The Chairperson Bids And Awards Committee Municipal Government Of Pinamalayan Madrid Blvd., Zone Iii, Pinamalayan, Oriental Mindoro Sir/madam: Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following Items (with Our Unit Prices And Total Price): Item/ Lot No. Item Description No. Of Units Unit Price Total Price 1 Motorcycle Vehicle Engine & Performance Engine Type: 4-stroke, 2-valve, Sohc, Liquid- Colled, Esp Ignition Type: Full Transisterized Tire Size (front): 90/80 - 14 M/c 43p (tubeless) Overall Dimensionl Lxwxh 1,918 X 679 X 1,066 (mm) Ground Clearance: 131 Mm Battery Type: 12v - 5ah (mf-wet) Bore X Stroke: 52.4 X 57.9 (mm) Displacement: 125 Cc Brake Type (front): Hydraulic Disc Tire Size (rear): 100/80 - 14m/c 48p Curb Weight: 112 Kg Fuel Tank Capacity: 5.5 L Maximum Power: 8.2 5w , 8500 Rpm Fuel Consumption: 50.03km/l (wmtc Test Method) Starting System: Electric (acg Starter) Brake Type (rear): Mechanical Leading Trailing Wheel Type: Cast Wheel Seat Height: 769 Mm Fuel System: Pgm-fi Maximum Torque: 10.8 Nm 5000 Rpm With Free Helmet Anf Free 3 Yr Lto Registration 1 Note: Purchaser’s Specifications Are Minimum Requirements. The Bidder/supplier May Offer Higher Specifications Or Additional Items, If Any. All Items Shall Be Covered By At Least One (1) Year Warranty On Parts And Labor. (attach Additional Sheets If Necessary) We Undertake, If Our Quotation Is Accepted To Supply And Deliver The Above Goods Within Ten (10) Days From The Receipt Of Purchase Order (po). We Agree To Abide By This Quotation For A Period Of Thirty (30) Days After The Dated Deadline Of Submission Specified In Your Rfq. We Understand That Payment For Items Delivered And Installed Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered And Installed. ____________________________________________ Canvassed By: Supplier’s/authorized Representative Signature Over Printed Name Designation: _________________________________________ Enrique N. Mocling Name Of Company: ____________________________________ Mgadh I/bac Secretariat Address: _____________________________________________ Contact Number. ______________________________________ Philgeps Registration No:_______________________________

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Details: Project Information this Sources Sought Solicitation Is Being Issued In Accordance With Federal Acquisition Regulation (far) Part 10, Market Research. The Purpose Of This Posting Is To Gain Knowledge Of Potential Sources For This Project Including Interested Small Business Concerns. Its Sole Purpose Is To Provide Information For Planning And Market Research Purposes Only And Shall Not Be Construed As Either A Solicitation Or Obligation On The Part Of The Government. The Government Welcomes Responses From All Interested Parties; However, No Decision Or Award Of Contract Will Be Made Based On Responses From Industry. The Government Will Not Pay For The Preparation Of, Nor The Subsequent Use Of, Information Submitted In Response To This Solicitation. Respondents Will Not Be Notified Of The Outcome Of The Government’s Review Of The Information Received. Additionally, The Government Does Not Intend To Hold Discussions Concerning This Solicitation With Any Interested Parties But Reserves The Right To Contact Vendors If Additional Information Is Required For Clarifications As It Pertains To The Solicitation. the 146th Airlift Wing, California Air National Guard May Issue A Solicitation And Award A Contract For The Project Titled, “146 Ces Repair Pumphouse Building 1203", Subject To The Availability Of Funds. Under This Requirement, The Successful Contractor Would Provide Non-personal Services, To Include All Plant, Labor, Transportation, Materials, Tools, Equipment, Appliances, And Supervision Necessary To: this Project Encompasses The Repair, Renovation, And Upgrade Of The Fire Pump Systems At Building 1203 That Supply Water To The Fire Suppression Systems For The Maintenance Hangar (building 801; 86,994 Square Feet) And Fuel Cell Hangar (building 802; 21,240 Square Feet). The Work Is To Include, But Is Not Limited To, Demolishing The Existing Diesel Fire Pump Systems To Include All Identified And Associated Components Such As The Engines/pumps, Diesel Tanks, Valves, Pipe, Fittings, And Electrical Controls/components, And Replacing With New Electric Motor Fire Pumps, Jockey Pumps, Fire Pump Controllers, Conduit, Wiring, Switchgear, Pipe, Fittings, Valves, And Facility Heaters To Properly Supply Water To The Fire Suppression Systems. Setup, Maintenance, Tear-down, And Removal Of Materials For The End User During The Contract Period Of Performance Is Included In The Scope Of This Contract. pursuant To Far 36.204, The Anticipated Magnitude Of Construction Is Between $1,000,000 And $5,000,000. The Applicable North American Industry Classification System (naics) Code For This Project Is 236220, Commercial And Institutional Building Construction. The Small Business Administration Small Business Size Standard For This Industry Is $39,500,000. all Interested Concerns Will Submit A Written Notice, Not To Exceed Five (5) Pages, Stating The Concern’s Positive Intention To Submit A Proposal As A Prime Contractor No Later Than The Deadline Posted With This Notice. Responses To This Solicitation Should Include The Following Information: 1. A Positive Statement Of Intent To Submit A Proposal As A Prime Contractor; 2. A Listing Of Projects Completed During The Past Five (5) Years For Both Government And Private Industry. The List Should Provide The Type Of Project, Dollar Value, Contract Number, Location, And Point Of Contact. Also, Please Indicate Whether The Firm Was A Prime Or Subcontractor—if The Firm Was A Subcontractor, Please Provide A Point Of Contact With The Prime Contractor; 3. A Brief Outline Of Resources, Subcontractors, And Key Personnel That Would Be Used To Accomplish The Contract; And 4. Demonstration Of The Firm’s Socioeconomic Status (i.e., Sb, 8(a), Hubzone, Edwosb, Wosb, Sdvosb, Etc.), And Size. in The Event That Adequate Small Business Firms Are Not Available For Adequate Competition For This Project, It May Be Advertised As An Unrestricted Solicitation. Submit Responses Directly To William.tucker.32@us.af.mil And Ricardo.macias.3@us.af.mil; Telephone Calls And Facsimile Responses Will Not Be Honored. please Reference The Identification Number And Project Title In The Subject Of Your Message. Please Limit Your Responses To Standard Documents (i.e., Microsoft Office, Adobe Pdf, Etc.). Do Not Send Compressed (i.e., .zip Or .exe Extension) Or Other File Types As They Will Be Stripped From Your Message.
7181-7190 of 7455 archived Tenders