Valve Tenders
Valve Tenders
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 4320 25-150-9925 odms Valve Flapper Pump mfg Name: Jets Vacuum A/s part_nbr: 029151010 qty: 40 /ea odms Each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance With Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate Cushioned Or Secured To Prevent Damage From Movement Or External Impacts. Any Crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An Appropriate Sized Pallet To Facilitate Forklift Use. Contact Chand Corporation If Vendors Are Not Able To Meet Pp&m And Bar-coding Requirements. substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Jets Vacuum A/s, And/or Their Authorized Distributors Can Provide This Unit. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor, And Verifying The Oem Will Supply Genuine Oem Parts. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226 this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, 2025-01 11/12/2024 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333911 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13 the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation Via Email To Eric.i.goldstein@uscg.mil, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (sam) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 10, 2025 At _9:00 Am Eastern Standard Time offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]:
__ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73;
__ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or
__it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal. (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (june 2020); Far 52.212-3, Offeror Representations And Certifications-commercial Items (november 2020) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (oct 2018); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (november 2020). The Following Clauses Listed Within Far 52.212-5 Are Applicable: 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (october 2022) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) 52.222-3, Convict Labor (june 2003) 52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). 52.222-21, Prohibition Of Segregated Facilities (apr 2015). 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246). 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). 52.222-50, Combating Trafficking In Persons (nov 2021) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer— System For Award Management (october 2018) 52.225-3, Buy American--free Trade Agreements--israeli Trade Act (nov 2023) the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
City Of Koronadal Water District Tender
Others...+1Electrical and Electronics
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 3.7 Million (USD 63.7 K)
Details: Description Item No. Specification Statement Of Compliance “comply” Or “not Comply” 1 Supply, Delivery, Installation, Testing And Commissioning Of Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market Water Supply System A. General 1. Scope A. The Scope Of Work Shall Be To Supply, Install, Test And Commission The Supervisory Control And Data Acquisition (scada) System For Koronadal Public Market. All The Required Parameters Shall Be Transmitted To City Of Koronadal Water District Main Office As The Central Command Center. B. The Scada System, In General, Performs The Following Tasks But Not Limited For Specified Parameters: I. Monitoring Functions Ii. Controlling Functions Iii. Graphical Displaying Functions Iv. Reporting Functions V. Alarming Functions Vi. Trending Functions Vii. Data Storage Viii. Other Related Functions That May Be Required By The Ckwd Not Stated Herein. 2. Conditions A. The System And Instruments Should Be Brand-new Specifically The Programmable Automation Controllers, Sensors, Variable Frequency Drives (vfd), Pumps, Motors, Electromagnetic Flowmeters, And Scada Software. B. The Supplier Shall Furnish All Labor, Materials, Tools, Equipment, Transport, Supplies And Other Services To Complete The Scada System And Shall Be Responsible For The Proper Installation Of The Supplied Equipment And Software. C. The Supplier Shall Install The Equipment And System Within One Hundred Twenty Days (120) Days After Signing Of Notice To Proceed (ntp). The 15-day Time Frame Shall Be Allotted In Order To Check The Proper Alignment Of The Pump/ Motor Assembly And Make Necessary Corrections Of Both Mechanical And Electrical Failures Found During Installation And Construction. The Supplier Shall Inform The Ckwd Measures And Proper Procedures On Its Operation To Guarantee A Smooth And Proper Function Of The Newly Installed Units And System. D. Field-testing Shall Be Made Once The Mounted Equipment Is Ready For Operation And When Both The Ckwd And Supplier Have Finished Their Scopes Of Work On The Installed Unit. During The Installation And Commissioning Of The Scada System, The Supplier Is Required To Assign A Technician Responsible For Overseeing The Commissioning Process. All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier. E. The Supplier Shall Be Liable For Any Damages To Materials, Electro-mechanical Equipment’s Such As But Not Limited To Pumps And Motors, Variable Frequency Drive (vfd), Flowmeter, Level And Other Electro-mechanical Devices During Testing And Commissioning Of The Scada Project And Shall Be Required To Replace Immediately To Any Incur Defects Without Cost To Ckwd. All Incidental Expenses Including The Pulling Out And Transporting Of The Unit Shall Be Borne By The Supplier. F. In Accordance With The Electricity Safety Regulations, Supplier Is Strictly Prohibited From Connecting, Or Allowing To Remain Connected, Any Wiring Or Equipment In Unsafe Conditions To An Electrical Installation Or Power Supply. Additionally, To Control Hazardous Energy Sources, Standard Regulations Require That Machinery And Equipment Be Isolated From Their Energy Sources And Secured With A Lockout Or Tagout System Before Any Servicing Or Maintenance Is Performed. G. The Supplier Shall Provide A Comprehensive Warranty Covering All Parts And Labor For A Minimum Period Of One Year From The Date Of Delivery And Installation Of The Equipment And System. H. In Case Of Any Malfunction, Defect, Or Failure Of The Equipment And System During The Warranty Period, The Supplier Shall Offer Repair Services At No Additional Cost To The Buyer. I. The Supplier Must Respond To A Warranty Repair Request Within 24 Hours Of Notification By The Buyer. The Supplier Is Required To Complete The Repair Or Provide A Replacement Within A Maximum Lead Time Of 1 Week From The Time Of Notification. This Includes The Time For Diagnostics, Shipping Of Parts, And On-site Or Off-site Repair As Necessary. J. If The Repair Cannot Be Completed Within The 1-week Lead Time, The Supplier Must Provide A Temporary Replacement Of Equivalent Specifications At No Extra Cost To The Buyer, Until The Original Equipment Is Repaired And Returned To Full Working Condition. K. The Supplier Is Required To Maintain High Standards Of Housekeeping Throughout The Entire Project Duration. They Shall Be Fully Responsible For Managing And Securing Their Own Materials, Equipment, And Tools To Prevent Any Potential Accidents Or Safety Hazards In The Workplace. L. All Equipment/ Materials Must Be Brand New. 3. Location The Assembly Shall Be Installed At Koronadal Public Market, Purok Kaunlaran, Brgy. Zone I, City Of Koronadal. 4. List Of Major Components Item No. Item Quantity 4.a Programmable Logic Controller 1 4.b Human Machine Interface (hmi) 1 4.c Scada Software 1 4.d Workstation Pc 1 4.e Ethernet Switch 2 4.f Un-interruptible Power Supply 1 4.g Monitor 55" 1 4.h Wireless Antena (tx/rx) With Pole 2 4.i Variable Frequency Drive 2 4.j Pumps & Motors 2 4.k Water Level Monitoring Transmitter 4 4.l Electromagnetic Flowmeter 1 4.m Power Meter 1 4.n Fabricated Coated Panels W/ Complete Assembly 1 4.o Surge Protection Device 1 4.p Butterfly Valve With Actuators 2 4.q Pressure Transmitter 2 5. Major Components Specifications It Shall Meet The Following Operating Requirements: Description Specifications 5.a Programmable Logic Controller Digital Input 28 24 Vdc/vac Inputs, Up To 6 High Speed Counter Channels Relay Output 20 Relay Output Power Supply 24 Vdc Communication Embedded Usb Programming Port, Ethernet Port, Non-isolated Rs232/485 Serial Port Plug-in Ports 5 Plug-in Ports, Up To 4 Expansion Modules 5.b Human Machine Interface (hmi) Display 10.4 In. Display, Aluminum Panel With Resistive Touch Resolution 800x600 Or Higher Case Zinc-coated Skin Pass Steel Power Supply 24vdc (9 - 32vdc) Isolated Interface Ethernet: 2x Gigabit Ethernet (rj45), Usb: 2x Usb 3.0 (type-a / Host) Serial: 1x Rs232/422/485 (db9m) Isolated Operating Temperature 0° - 50°c Approvals Ce, Culus Listed, Ukca, Atex, Kc, Rcm 5.c Scada Software Scada Should Support Unlimited Displays, Unlimited Web Clients And Tags To Accommodate Future Integration With Our Pumping Stations. For Future Expansion, Scada System Shall Have Dual Monitor Capability To Provide Enhanced Visibility And Operational Efficiency. Data Logging To Odbc-compliant Database Such As Microsoft Sql Server Or Historian. 5.d Workstation Pc Cpu At Least 12th Gen Or Higher Intel Core I5 Storage (os) 256gb M.2 Gen 4 Nvme Ssd Storage (data) 2x1 Tb 7200 Rpm Hdd Or Higher Raid 0, 1, 5 Support Operating System Windows 10 Pro Or 11 Pro Memory 8gb Non-ecc Ddr5 Or Higher Display Output 2 X Displayport 1.4a Hbr2 Ports Ethernet Port Rj45 (1 Gbe) Ethernet Port Chassis/form Factor Tower 5.e Ethernet Switch Type Managed Switch Rj45 Ports Minimum 5x10/100baset Operating Temp -20 ~60 Deg. C Vlans Supported Secure Connectivity With Ssh And Https Supported 5.f Un-interruptible Power Supply Supplied Scada Product Must Have The Capacity/facility To Contain Battery-backed Memory For The Duration Of At Least One (1) Day Dedicated For The Plc's Programming And Configuration. System Must Be Able To Send Alerts For Power Outages. An Industrial Type Uninterruptible Power Supply (ups) Must Be Present For Plc Back-up For At Least Fifteen (15) Minutes. It Must Also Support Local And Remote Firmware Upgrade. 5.g Monitor Size: At Least 55" Mounting: Wall Mounted, Inclusive Of Installation 5.h Wireless Antenna (tx/rx) With Pole (communication Complete Set) Power Supply 24v, 0.3a Gigabit Poe Adapter Max. Power Consumption 7w Power Method Passive Poe Gain 23 Dbi Networking Interface (1) 10/100/1000 Ethernet Port Wind Survivability 200 Km/h Security Wpa2 Long-range Point-to-point (ptp) Link Mode 5.i Variable Frequency Drive Motor Power, Hp [kw] 1 Step Higher For 10hp Motor Ac Voltage Range 380v – 500v Voltage % Tolerance +10%, -15% Supply Number Of Phase 3 Phase Total Harmonic Current Distortion (thdi) 30 – 45% Prospective Short Circuit Current (kaic Rating) 65ka Nominal Current 52a Enclosure Rating Ip55 Local Control Panel W/mobile Phone Bluetooth Connectivity And Clear Display Vfd Features Motor Pre-heating Function Built-in Pid Control Built-in Safe Torque Off (sto) Function Full-text Diagnostic Display Dtc Control For Precise Torque Control And Enhance Energy Efficiency Removable Memory Unit For Faster Drive Replacement Digital Variable Frequency Drive That Is Scada Ready And Has Integrated Emc Filter. Complete Protection Against Over/under Voltage, Thermal Overcurrent, Lock Rotor, Ground Fault, Under Current, Definite Time Overcurrent. Digital Monitoring Of Voltage, Current, Frequency, Energy, Kw, And Fault History The Vfd Will Be Controlled Via Fieldbus. Status Updates, Diagnostic Faults, And Alarms Will Be Visible On Both The Hmi And Scada System. 5.j Pumps & Motors Number Of Pump And Motor 2 Units Pump Type Vertical In-line Maximum System Pressure 120 Psi Actual Calculated Flow 3.5 Liters Per Second Maximum Flow 5.0 Liters Per Second Mains Supply 230v Resulting Head Of Pump 35 Meters Head (maximum) 50 Meters Manifold Sizes (inlet And Outlet) 100 Mm Pump Parts In Contact With The Pump Liquid Made Of Stainless Steel Pump Bases And Heads Made Of Cast Iron; Other Vital Parts Are Made Of Stainless Steel Motor Rating 5 Hp, 230v, 3 Phase, 60 Hz 5.k Water Level Monitoring Transmitter Principle Radar Sensor Range Up To 8 Meters Output 4-20ma Beam Angle 8° Operating Voltage 12 - 35 V Dc Protection Rating Ip66 Or Higher Maintenance-free Operation Due To Non-contact 80 Ghz Radar Technology 5.l Electromagnetic Flowmeter Sensor Size Mm (in): 150 (6) Environment Protection Rating: Ip67/nema 6 Accuracy: ±0.2% Qmax (m3/hr): 700 Or Higher Qnominal (m3/hr): 600 Or Higher Qtransitional (m3/hr): 5 Qmin (m3/hr): 3.5 Or Lower Cable: 20 Meters (capable Upto 100m Or Higher) Flange Type Connection: Pn16 Lining Material: Elastomer Flange Material: Carbon Steel Housing Material: Carbon Steel Measurements: Direct/inverse Flow Transmitter Transmitter Mounting: Remote Power Supply: 85 To 265 V Ac Current Output: 4 To 20 Ma Security: Read-only Switch And Ultra-secure Service Password Digital Outputs: Three (3) Configurable Pulse/frequency And Alarm Outputs Fit-and-flow Data Storage Inside The Flow Meter Which Eliminates The Need To Match Sensor When Replace Self-calibrating Capabilities 5.m Power Meter Data Port Ethernet Interface Modbus Tcp Or Its Equivalent Supply Voltage 95-240v Ac; 110-340v Dc Digital Input 1 Or Higher Digital Output 1 Or Higher Degree Of Protection Ip65 Or Higher 5.n Fabricated Coated Panels W/ Complete Assembly Shall Provide Newly Fabricated Powder Coated Panels With A Complete Set Of Wiring Consumables For Network And Monitoring Of All Required Parameters. - Programmable Logic Controller - Human Machine Interface (hmi) - Io Modules - Circuit Breaker Protection - Power Meter - Surge Protection Device - Uninterruptible Power Supply - Exhaust Fan Shall Be Installed Inside The Control House And Shall Be Properly Ventilated 5.o Surge Protection Device Protection Performance Maximum Of 30 Microsecond Radius Of Protection 72 Meters Minimum 5.p Butterfly Valve With Actuators Size In (mm) 6” (150) Butterfly Valve Body Material Cast Iron Butterfly Disc Stainless Steel 304 Or 316 5.q Pressure Transmitter Measuring Range 0 To 16 Bar G (0 To 232 Psi G) Or 0 To 25 Bar G (0 To 363 Psi G) Current Output Signal 4-20 Ma Degree Of Protection Ip65 Or Higher 6. List Of Human Machine Interface (hmi) Alarms Item No. Alarm Descriptions 6.a Under Voltage 6.b Over Voltage 6.c Over Current 6.d Water Level Reservoir (cistern) Low Level 6.e Water Level Reservoir (cistern) High Level 6.f Water Level Right Building Low Level 6.g Water Level Right Building High Level 6.h Water Level Left Building Low Level 6.i Water Level Left Building High Level 6.j Discharge Line High Pressure 6.k Discharge Line Low Pressure 6.l Low/high Flowrate 6.m Submersible Motor Tripped 6.n Motor Control Panel High Temperature 6.o Motorized Valve (on/off Status) 6.p Vfd Alarms 7. System Architecture 8. Personnel Requirements The Contractor Shall Provide The Minimum Number Of Personnel For The Project, As Detailed In The Table Below. These Roles And Responsibilities Ensure Thorough Coverage Of All Project Aspects. Quantity Description 1 Project Engineer (pee) 2 Technical Engineers (electronics And Communications Engineer) 2 Technical Engineers (registered Electrical Engineer) To Ensure Qualified Personnel, All Professionals Must Have A Valid Unexpired Prc License. 9. Schedule Of Payment The Contract Duration Is One Hundred Twenty (120 Cd) Calendar Days Starting Upon Receipt Of Notice To Proceed. All Reports And Related Documents Must Be Submitted To The City Of Koronadal Water District Project Engineer And Should Be Officially Acknowledge Monthly. The Following Are The Schedule Of Payments: Payment Description Percentage Of Contract Price Remarks First Payment Upon Completion Of Item Orders 10% Must Submit Certification That All Components Are Ordered, Attached Proof Of Order From Suppliers Second Payment Upon Delivery Of All Items At Ckwd Facility 30% Must Compile And Submit All The Delivery Receipt Acknowledge By Ckwd Personnel Third Payment Upon Reaching 40% Of Project Accomplishment 30% Must Submit Certification That The Project Reached 40% Of Its Completion And Approved By The Ckwd Project Engineer Final Payment Upon Project Completion And Acceptance 30% With 5% Retention Upon Completion Total 100% B. Additional Requirements (compliance Upon Submission Of Bid) 1. Must Submit Original Catalog / Brochure For Vfd, Pump And Motor, Flowmeter, And Valve (please Specify Offered Product). 2. The Manufacturer Should Have Iso 9001:2015 Certificate Or Any Proof Of Renewal If Expired. 3. Minimum Manufacturer's Warranty Of One (1) Year. 4. Certification On Compliance To The Following: A. Reports: Indicate All The Fault Alarms From Vfd, Pressure, Flow, Level, And Other Protective Devices To Command Center. B. Trends And Data Logging: That Ckwd Will Provide The List Of Variables To Be Included In The Trend And Shall Be Logged Continuously In The Hard Drive For Historical Trending With Reference To The Monitoring Requirements. C. After Sales Service: After The Final Acceptance, The Contractor Shall Conduct A Monthly Site Visit Within The Warranty Period. The Contractor Shall Have 24/7 Availability Of Technical Engineers Within Mindanao Island. Must Submit Notarized Statement Of Undertaking Stipulating Availability Of Skilled Personnel Within Mindanao. D. Site Visit: The Bidder Shall Conduct A Site Visit/survey On Or Before The Pre-bid Conference Schedule To Ensure That They Know The Status/set Up Of The Project Site. Must Submit Certification Signed By Ckwd Project Engineer In-charge. E. Warranty: All Components Shall Be Guaranteed Against Defects In Workmanship And Materials For A Period Of One (1) Year From The Date Of Project Completion. Defective Components Or Parts Discovered Within The Warranty Period Shall Be Replaced Without Charge Or Additional Cost To Ckwd. 5. Bidders Qualifications: A. Must Submit Certification Or Any Document That The Bidder Has A Regional Presence Or A Regional Service/support Partner/center Within Mindanao. B. Bidder Must Be An Authorized Distributor From Manufacturer. Must Submit Certificate Of Distributorship. C. Bidder Must Have A Pcab License. D. Bidder Must Have An Experience Of Having Completed At Least Three (3) Contracts That Is Similar To The Contract To Be Bid. (indicate In The Form Of Statement Of All On-going Government & Private Contracts Including Contract Awarded But Not Yet Started.) E. Bidder Must Have Been In The Business For At Least Five (5) Years Of Providing Scada System Solution And Services In Government Or Private Sectors. Must Submit Dti Or Sec Registration. C. Additional Requirements (compliance Upon Delivery) 1. The Supplier’s Technical Representative Shall Be Present During Installation And Commissioning For Final Testing. 2. Must Submit Comprehensive Documentation, Including But Not Limited To Operation Manuals, Datasheets, And Manufacturers’ Certificates For All Electrical And Mechanical Components. 3. Trainings/transfer Of Technology: The Winning Bidder Shall Provide Inhouse Training On The Following Working Subject Matters: A. Plc And Scada Software Programming B. Installation C. Configuration D. Calibration E. Troubleshooting/operations And Maintenance All Associated Costs, Including Transportation, Accommodation, Allowances, And Other Incidental Expenses, Shall Be Covered By The Supplier.
DEPT OF THE NAVY USA Tender
Chemical Products...+1Aerospace and Defence
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents
Description: Nsn 7r-4820-013726151-ey, Tdp Ver 008, Qty 3 Ea, Delivery Fob Origin. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Sole Source Basis With Cage 36334 (indal Technologies) For The Spare Of Item Below: Nomenclature Niin Part Number Valve Assembly,mani 013726151 6532e398-2 Source Approval Statement Applies To This Nsn. The Approved Sources For This Material Are Listed Above And It Is Expected That Award Will Be Made To This Firm. Any Firm Which Is Not Already Approved To Manufacture This Material Must Submit A Source Approval Request, Sar. This Procurement Will Not Be Delayed To Wait For A Sar Approval. Naics Code: 332911 Psc: 4820 Contract Duration Will Be 1 Year. Uid: Uid Requirements Will Apply. Buy American Clauses Will Apply And Will Be Posted In The Solicitation. The Government Intends To Acquire These Supplies Using The Provisions, Clauses And Procedures Prescribed In Far Part 15. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies. Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice. This Procurement Is Not A Total Small Business Set-aside. No Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out. Interested Organizations May Submit Their Capabilities And Qualifications To Perform The Effort By Email Kyle Matsinger, Kyle.r.matsinger.civ@us.navy.mil. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
U S COAST GUARD USA Tender
Chemical Products
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Description: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number 70z04025q50223 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 2023-04, Effective, 2 June 2023. it Is Anticipated That A Best Value Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency. best Value Will Be Evaluated By Who Can Provide The Complete Requirement, Who Meets Our Required Time Frame And By Price. all Vendors Providing A Quotation Must Either Have An Active Sam.gov Registration Or Provide Proof They Have Submitted Their Entity For Registration. payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: vendor Information: vendor Shall Provide: item 1: Filter Element, Fluid description: Nsn: 2940-01-648-1911 fuel Filter For Yanmar Engine 4lha-dtp. manufacturer: Yanmar Diesel America Corp part Number: 41650-502320 quantity: 45 Ea unit Price: line Total: estimated Delivery Date: item 2: Valve Assy, Fuel Injection description: Nsn: 2910-01-529-2071 injector Assembly For Yanmar Diesel Engine 4lha-dtp manufacturer: Yanmar Diesel America Corp part Number: 719173-53200 quantity: 20 Ea unit Price: line Total: estimated Delivery Date: item 3: Cable Assy, Spec Pupose Elec description: Nsn: 5995-01-599-9500 wire Harness, Cable Assembly, Special Purpose Electrical manufacturer: Yanmar Diesel America Corp part Number: 370-119173-77851 quantity: 10 Ea unit Price: line Total: estimated Delivery Date: item 4: Wiring Harness description: Nsn: 6150-01-654-4386 wiring Harness manufacturer: Yanmar Diesel America Corp part Number: 119773-91172 quantity: 15 Ea unit Price: line Total: estimated Delivery Date: item 5: Part Kit – Mechanical Transmission description: Nsn: 2010=01-672-6403 kit Is Required For Marine Transmission manufacturer: Mack Boring Parts And Co part Number: 099-uscg-#4-connection Kit quantity: 10 Ea unit Price: line Total: estimated Delivery Date: * Delivery Address And Terms Stated Below. * *any Proposed Substitutions Must Be Accompanied By A Specification Sheet To Undergo Evaluation By The Requiring Officials For Compatibility To The Requirement. * *all Deliveries Are Required To By March 04, 2025* ** Total Cost Shall Have Delivery And Any Freight Charges Included. ** ** Shipping: Fob Destination Required. ** preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard, Surface Forces Logisitics Center, 2401 Hawkins Point Road, 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 Kimberly.j.wooters@uscg.mil invoicing In Ipp it Is A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information: Cg Purchase Order Number, Vendor’s Invoice Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non Po In Ipp). Shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable). Shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. To Gain Access Please Indicate If You Don’t Have An Account So The Issuing Office Can Establish One For You. far Clauses this Order Is Subject To But Is Not Limited To The Following Federal Acquisition Regulations: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. 52.204-26 Covered Telecommunications Equipment Or Services-representation. 52.212-1 Instructions To Offerors—commercial Products And Commercial Services. 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services. 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities. 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
City Of Pagadian Tender
Others...+1Electrical and Electronics
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 106.3 K (USD 1.8 K)
Details: Description Bids And Awards Committee Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods Charged To 1101-200-5-02-03-990/2saip24-1000rf22b (other Supplies & Materials Expense), Pagadian City, As Described Below: Goods-2025-01-07 Purchase Of Supplies & Materials For Different Office Use. Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ Lot 1 Pr.no. 1,839 1 40 Pcs Pvc Pipes #1/2 195.00 7,800.00 2 20 Pcs Pvc Elbow #1/2 Long 70.00 1,400.00 3 2 Box Thhn Wire #3.5 9,700.00 19,400.00 4 10 Rolls Electrical Tape (big) 100.00 1,000.00 Sub-total 29,600.00 Lot 2 Pr.no. 1,838 1 12 Liters Ppr Tube #1 1/2 1,500.00 18,000.00 2 6 Pcs Ppr Plain Elbow 90 Degrees #1 1/4 905.00 5,430.00 3 3 Pcs Ppr Union 1 1/4 955.00 2,865.00 4 2 Pcs Ppr Male Adaptor 1 1/4 905.00 1,810.00 5 2 Pcs G.i Elbow #2 90 Degrees 655.00 1,310.00 6 1 Pc Bushing Reducer 2x1 1/4 595.00 595.00 7 1 Pc Ppr Elbow Male Adaptor #1 1/4 905.00 905.00 8 1 Pc Brass Ball Valve #1 1/4 2,350.00 2,350.00 9 2 Pcs Padlocks Size #1 1/4 895.00 1,790.00 10 6 Pcs G.i Union #1/2 150.00 900.00 Sub-total 35,955.00 Lot 3 Pr.no. 1,837 1 6 Rolls Tie Wire #10 4,800.00 28,800.00 2 20 Pcs Deformed Bar 10mm 300.00 6,000.00 3 20 Pcs Deformed Bar 8mm 300.00 6,000.00 Sub-total 40,800.00 Grand Total ₱ 106,355.00 " Quotation Forms Are Now Available At The Bac Secretariat And Upon Payment Of A Non-refundable Amount At 100.00 Per Set To The City Treasurer's Office-cashier. Quotations Are Evaluated On Lot Basis. Price Quotation Is Valid For 30 Calendar Days After Bid Opening." Submit Your Quotation Forms In A Sealed Envelope Per Project To The Bids And Awards Committee /secretariat On Or Before January 10,2025, 2:00 P.m. At The City General Services Office, City Hall, Pagadian City. The Bids And Awards Committee (bac) Reserves The Right To Reject Any And/ Or All Quotation Or Part Thereof, To Waive Formality Therein And/or To Accept The Quotations As May Be Considered Most Advantageous To The City Government Of Pagadian. Engr. Gerry D. Nebria Bac Chairperson Date Of Publication: January 6, 2025 To January 10, 2025
Commission On Audit Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 437.4 K (USD 7.4 K)
Details: Description Bids And Awards Committee (bac) Request For Quotation (rfq) No. 2025-007 Date: January 28, 2025 The Commission On Audit (coa) Regional Office No. Iv-b, Commonwealth Avenue, Quezon City, Through Its Bids And Awards Committee, Intends To Procure Repair And Improvement Of The Office Of The Regional Director’s Pantry And Comfort Room, Coa Region Iv-b, Coa Compound, Commonwealth Avenue, Quezon City Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Details Of The Projects Are As Follows: Name Of Project/item: Repair And Improvement Of The Office Of The Regional Director’s Pantry And Comfort Room, Coa Region Iv-b, Coa Compound, Commonwealth Avenue, Quezon City Technical Specification Unit Item Description Quantity Sq.m. Painting Works (masonry Painting) 54.12 Sq.m. Painting Works (wood Painting) 11.26 Sq.m. 4.5mm Fiber Cement Board On Metal Frame Ceiling 3.32 Sq.m Glazed Tiles 24.16 Sq.m Unglazed Tiles 3.32 Sq.m Wood Panel Door 1.68 Sq.m Hollow Core Flush Door 1.47 Sq.m Aluminum Glass Window (awning Type) 0.36 Set Water Closet With Complete Accessories 1.00 Set Lavatory With Complete Accessories 1.00 Set Floor Drain Plates 1.00 Set Soap Holder 1.00 Set Toilet Tissue Holder 1.00 Set Bidet 1.00 Set Shower Head/shower Valve 1.00 Set Water Heater 1.00 Set Exhaust Fan 1.00 Lot Cabinet And Shelves 1.00 Set Aircondition (split Type) 1.00 Set Electrical Works 1.00 Lot Removal Of Structures And Obstruction 1.00 Lot Mobilization/demobilization 1.00 Approved Budget For The Contract (abc): P 437,452.43 Terms And Conditions: 1. All Entries Must Be Legibly Written. 2. Prices Offers Exceeding The Approved Budget For The Contract (abc) Shall Be Automatically Disqualified. 3. Total Price Quotation Shall Be Inclusive Of Taxes. 4. The Price Offered Shall Not Be Subject To Any Increase For Whatever Reason Including In Cases Of Devaluation/inflation During The Entire Duration Of The Contract. The Supplier With The Lowest Calculated Price Quotation Shall Be Notified To Submit The Following Documents (certified True Copy/authenticated Copy) Before The Issuance Of Notice Of Award: 1. Mayor’s/business Permit 2. Philgeps Registration Number 3. Notarized Omnibus Sworn Statement Submission Of Price Quotation Is Not Later Than Three (3) Calendar Days From Publication To Coa Iv-b Website (region4b.coa.gov.ph), Philgeps And In A Conspicuous Place At The Coa Regional Office No. Iv-b Premises Of This Request For Quotation, From 8:00 A.m. To 5:00 P.m. At The Administrative, Training And Finance Division, Commission On Audit, Regional Office No. Iv-b, Commonwealth Avenue, Quezon City. For Further Inquiries, Please Contact: Ms. Leodivina A. De Leon Head, Bac Secretariat Coa Regional Office No. Iv-b, Quezon City Telefax Nos. 8951-3815 Email Address: Leodivina.deleon@gmail.com Cc: Coa4b.property@gmail.com
City Of San Jose, Nueva Ecija Tender
Automobiles and Auto Parts
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 276.4 K (USD 4.7 K)
Details: Description The San Jose City – Local Government Unit (sjc-lgu) Through Its Bids And Award Committee (bac), Will Undertake An Alternative Method Of Procurement Through Negotiated Procurement For The Item Stated Below, In Accordance With Section 53.9 Small Value Procurement Of Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Sjc-lgu Hereinafter Referred To As “the Purchaser”, Not Request Of The Price Quotation For The Subject Below: Qty Unit Description Toyota Hilux Fx - 03011225678 1 Set/s Injector Driver Circuit 1 Set/s Fuel Injector 1 Set/s Injector Seal 1 Pc/s Valve Suction Assy 1 Unit Computer Diagnose 1 Unit Injector Diagnose 1 Set/s Windshield Rear 4 Liter/s Engine Oil 1 Set/s Brake Pad 1 Unit Power Swicth Window 1 Unit Wirings,labor And Car Expenses 0 0 Toyota Hilux Fx- 0332313769 1 Set/s Piston Ring 1 Set/s Engine Liner 1 Set/s Injector Seal 1 Set/s Engine Machine Shop 1 Unit Car Turbo 1 Unit Alternator 1 Set/s Fuel Injector 1 Unit Injector Diagnose 1 Unit Computer Diagnose 4 Liter/s Engine Oil 1 Set/s Tail Light Repair 1 Unit Window And Engine Wirings Repair 1 Unit Labor Approved Budget Of The Contract (abc) Inclusive Of Vat 276,420.00 Award Of Contract Shall Be Made To Bidder With The Lowest Quotation For The Subject Goods Which Comply With The Minimum Specifications And Other Terms And Conditions Stated Herein. Prospective Bidders Shall Accomplish And Submit The Duly Price Quotation Form (pqf) Not Later Than 3 Calendar Days Upon Publication At Bac Secretariat At The General Services Office (gso) 2nd Floor Sjc-government Building. Use Of Forms Other Than The Attached Sjc-lgu Prescribed Rfq Is Not Acceptable. Sjc-lgu Condition Of Sale: 1. Delivery Schedule: Fifteen (15) Calendar Days From Receipt Of Approval Po/ntp 2. Delivery Site: General Services Office – Local Government Unit – San Jose City, Nueva Ecija 3. Bid Validity: Sixty (60) Calendar Days From Submission Of Bid Interest Supplier/service Provider Is Required To Submit The Following Documents: 1. Valid Mayor's Business Permit; 2. Bir Certificate Of Registration; 3. Dti Registration (sec Registration For Corporations); 4. Valid Philgeps Registration; 5. Income/ Business Tax Return; 6. Payment Form 0605; And 7. Omnibus Sworn Statement 8. Valid Tax Clearance Certificate Any Alterations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative. The Penalty For Late Deliveries Is One Tenth (1/10) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Price. Once The Cumulative Amount Of Liquidated Damage Reaches Ten Percent (10%) Of The Contract Price, The Procuring Entity Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. The Sjc-lgu Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. (sgd) Esteban C. Valdez, Jr. Bac Chairman
DEPARTMENT OF PUBLIC WORKS AND HIGHWAYS METRO MANILA 3RD ED Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 284.7 K (USD 4.9 K)
Details: Description Toyota Hilux Pick-up Sfh-533 / H1-4942 1 Assy. - Wiper Linkage Assy. 1 Set - Wiper Blade 1 Pc. - Fan Belt Long 1 Pc. - Fan Belt Short 1 Assy. - Fuel Pump Assy. 1 Pc. - Oil Filter 1 Pc. - Air Cleaner 1 Lot - Radiator Overhaul 2 Pcs. - Radiator Hose Mitsubishi L-200 Sed-989 / H1-4189 4 Pcs. - Injector Nozzle Washer 2 Pcs. - Steering Cross Joint 2 Pcs. - Inner Tie Rod End 1 Pc. - Fan Belt 125x800 1 Pc. - Fan Belt 125x975 1 Pc. - Fan Belt 125x1050 1 Pc. - Tensioner Bearing 1 Pc. - Idler Assy. 2 Pcs. - Ball Joint Upper 2 Pcs. - Ball Joint Lower 2 Pcs. - Engine Support 1 Pc. - Timing Belt Long 1 Pc. - Timing Belt Short 1 Pc. - Oil Filter 1 Set - Side Mirror L/h & R/h Foton Drop Side Gc-1699 / H2-343 2 Pcs. - Brake Chamber Diaphragm 1 Pc. - Brake Chamber Spring 1 Pc. - Drive Belt Isuzu Mini Dump Truck D2-w037 / H3-7096 1 Pc. - Oil Filter 1 Pack - Cable Tie Mitsubishi L-200 Sfg-514 / H1-4221 1 Pc. - Oil Filter 1 Set - Hold Down Kit 2 Assy. - Wheel Cylinder Assy. 2 Pcs. - Front Wheel Bearing 1 Pc. - Oil Seal Toyota Prado Sft-215 / H1-4374 1 Pc. - Fan Belt Short 1 Pc. - Main Drive Belt 4 Pcs. - Battery Terminal 1 Pc. - Idler Bearing With Press 1 Pc. - Oil Filter Foton End Loader Cat-910g / L2-1511 30 Meter - Fuel Hose 1 Pc. - Fuel Feed Pump 2 Pcs. - Check Valve 1 Pc. - Bucket Control Cable Assy. Isuzu Forward Ftr Sjc-798 / H3-6593 1 Pc. - Clutch Sleeve Assy. 1 Pc. - Clutch Booster Assy. Toyota Hi-lux Pick-up Skc-926 / H1-5090 1 Pc. - Oil Filter Toyota Hi-lux Pick-up Sab-9562 / H1-6828 1 Pc. - Clutch Disc 1 Pc. - Pressure Plate 1 Pc. - Release Bearing 1 Pc. - Pilot Bearing 1 Pc. - 2 Smf Enduro Battery Toyota Hi-lux Pick-up Sab-9563 / H1-6826 1 Pc. - Enduro Battery Toyota Hi-lux Pick-up Sab-9561 / H1-6829 1 Pc. - 2 Smf Enduro Battery Parts/materials And Others 1 Pc. - Short Gun 1 Pc. - Pressure Regulator With Gauge 1 Box - Narva Auto Bulb 1 Pc. - Martak Grease 1 Pc. - Aircon Magnetic Clutch Bearing 6 Pcs. - Asphalt Burner 6 Pcs. - Wd40 2 Pcs. - Dsk 14'' Japan Blade 20 Pcs. - Cutting Disc 4'' 20 Pcs. - Grinding Disc 4'' 2 Pcs. - Scaling Flat Chisel 2 Pcs. - Scaling Pointed Chisel 4 Pcs. - Drill Bit 3/16 4 Pcs. - Spark Plug -x-x-x-
Department Of Agrarian Reform - DAR Tender
Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 1.5 Million (USD 25.5 K)
Details: Description Stock No. Estimated Item No. Qty Unit Item Description Unit Cost Estimated Per Pax/day Cost Gender Responsive Coconut, Cacao And Vegetable Production Mix Using Solar Powered Irrigation System (spis) Under The Major Crop-based Block (mcbf) Farm Productivity Enhancement Of The Climate Resilient Farm Productivity Support Porgram (crfpsp) Of Dar In The Province Of Davao Occidental - 1 1 Unit Acquisition (transportation And Installation Of The Facility To The Site) Solar Powered Irrigation System 1,500,000.00 1,500,000.00 The Components Of The Proposed Solar Power Irrigation System Are Follows 1. Pump: Submersible Pump A. Discharge Capacity : At Least 7.5 Cu.m. Per Hour To Supply 5 Tanks (2cu.m. Per Tank) At The Following Conditions: A.1 Total Dynamic Head : 15m A.2 Pump Efficiency : At Least 40% Total Solar Capacity Pump To Operate A.3 Atleast 2hp (can Adopt Ac/dc{30-300v} Supply ) B. Motor Specifications : Built Into The Pump B.1 Built-in Frequency Converter B.2 Dc Or Ac Voltage Source B.3 Inverter And Control Unit Integrated In Motor Electronic Control Unit B.4 Built-in Maximum Power Point Tracking (mppt) B.5 Rated Voltage Ac 90-240v And Rated Voltage Dc 30-300v B.6 Enclosure Class : Ip 66 C. Motor Protection: C.1 Dry-running Protection C.2 Over And Under Voltage C.3 Overload C.4 Over-temperature C.5. Over Power Protection 2. Solar Power Modules A. 1,500 Wp Total Solar Power Modules (minimum) Or Its Equivalent B. Manufactured In Iso-9001 Certified Factories Or Equivalent C. Must Be Ce-marked Or Equivalent D. Must Have Tuv Certification (iec 61215) Or Equivalent E. Cell Type : Monocrystalline 3. Control Unit And Lever Controller A. With System Monitoring For: A.1 Water Reservoir Is Full (level Switch) A.2 Pump Is Running A.3 Input Power And Alarm Indication For: Service Needed In Case Of No Contact To Pump, Over-voltage, Over-temperature, Overload And Dry Running 4. Cabling And Accessories For Installation Of The Solar Pump System 5. Drilling Up To The Source Of Water Including 4 Inches Diameter Pipes, Fitting And Etc. With Standard Pipe To Be Used. 5. Additional Accessories A. 5 Units Food Grade Plastic Tank (2 Cu.m. Capacity /tank) B. Outlet Assembly : 4 Pcs. X 40mm Diameter Gate Valve C. 1 Roll (60m) 50mm Diameter Hdpe Pipe Sdr 11 (delivery Pipe From Pump To The Water Tank) D. 4 Roll (240m) 40mm Diameter Pe Pipe (distribution Pipe From Water Tank To Service Area) 6. Delivery And Installation Additional Documents: 1. Certification That Spare Parts And Services For The Goods Offered Are Available For The Next Two (2) Years Within The Region From The Date Of Delivery. 2. Certificate Of Warranty On All Parts Supplied, Covering Any Defects In Material Or Workmanship. If Any Part Is Found To Be Defective Within The Warranty Period, The Supplier Shall Replace Or Repair The Defective Part At No Additional Cost. Total Amount ( Vat Inclusive) 1,500,000.00 Purpose: Gender Responsive Coconut, Cacao And Vegetable Production Mix Using Solar Powered Irrigation System (spis) In Latifamco, Malita, Davao Occidental
DEPT OF THE NAVY USA Tender
Chemical Products
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
Details: Pursuant To The Authority At Far 12.603(c)(2): (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far 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 Number For This Is N0018925qco2b And Will Be Issued As A Request For Quotation (rfq). (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. (iv) The Government Intends To Negotiate A Firm-fixed-price (ffp) Purchase Order For Services. The Associated Naics Code Is 811310 With A Small Business Size Standard Of $12.5 (millions Of Dollars). (v) Line Items Are Detailed As Follows: clin 0001: (qty: 36) Hydro Test Co2 Extinguisher 50-100lb clin 0002: (qty: 36) Recharge Co2 50lb Stored Pressure Extinguisher clin 0003: (qty: 36) ½’’ Valve Rebuild Kits clin 0004 (qty: 81) Hydro Test Co2 Extinguisher 2.5-26lb clin 0005: (qty: 81) Recharge Co2 15lb Stored Pressure Extinguisher clin 0006: (qty: 95) Service Materials For Fire Extinguisher clin 0007: (qty:1398) Co2 Gas clin 0008 (qty: 14) Hydro Test Fffp Foam Extinguisher 2.5lb clin 0009 (qty: 14) Environmental Disposal Chemical/battery Waste clin 0010 (qty: 2) Labor Extinguisher Repair Regular Hours (vi) This Requirement Is For Hydrostatic Testing And Recharge Of Co2 Bottles In Support Of Uss Normandy (cg-60). (vii) The Required Period Of Performance (pop) Is: 17 February 2025 – 21 February 2025. The Place Of Performance Is: Contractor Facility. Fob Destination Will Be Used. contractor Facility Shall Be Within 30 Miles Of Norfolk Naval Base. payment Method Shall Be Government Purchase Card. all Surcharges Shall Be Included In Final Price Of Quote. no Substitutions Will Be Acceptable. (viii) The Provision At Far 52.212-1, Instructions To Offerors - Commercial Applies To This Acquisition And Is Included In The Attached "clauses And Provisions", Attachment 1. (ix) The Provision At Far 52.212-2, Evaluation - Commercial Items Will Be Used And Is Included As Attachment 1. The Vendor’s Proposed Price Will Be Evaluated On The Basis Of Price Reasonableness In Accordance With Far 13.106. (x) The Provision At Far 52.212-3 – Alt I, Offeror Representations And Certifications - Commercial Items Applies To This Acquisition And Must Be Completed With Any Quote. It Is Included As Attachment 1. (xi) The Clause At Far 52.212-4, Contract Terms And Conditions - Commercial Items Applies To This Acquisition And Is Included As Attachment 1. (xii) The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Applies To This Acquisition And All The Applicable Far Clauses Cited With This Requirement Are Included As Attachment 1. (xiii) All Clauses And Provisions Applicable To This Requirement Are Included In The Attached "clauses And Provisions", Attachment 1. “clauses And Provisions To Be Signed”, Attachment 2, Shall Be Signed And Returned With The Vendor’s Quote. (xiv) The Defense Priorities And Allocations System (dpas) Rating Does Not Apply To This Acquisition. (xv) All Quotes Are Due By The Date And Time Specified In This Posting And Shall Be Submitted Via Email To The Poc Email Address Stated In This Posting. (xvi) The Individual To Contact For Information Regarding This Solicitation Is Stated In The Posting. attachments: clauses And Provisions clauses And Provisions To Be Signed performance Work Statement
7191-7200 of 7455 archived Tenders