Valve Tenders
Valve Tenders
City Of Koronadal Water District Tender
Machinery and Tools
Philippines
Details: Description Item Specification Statement Of Compliance “comply” Or “not Comply” Brass Fittings For Items 01-08 Please See Attached Shop Drawings Valves And Fittings For Items 09-18; 21-28 C.i., With Standard Bolts, Nuts, Gaskets, Various Sizes Ranging From 50mmø ~ 150mmø Saddle Clamp For Items 19-20 Ci, Stainless Bolt, Nut And Gaskets G.i. Fittings For Items No. 29-54 Must Have Thickness Of Schedule 40 Or Higher Hdpe Tubing For Items No. 55-57 Sdr11, Pe100 Pre-numbered Per Meter Pe Fittings For Items No. 61-71 Pp Compression Fittings Additional Requirements: 1. The Bidder Should Have Iso 9001:2015 Certificate (quality Management System) Or Any Proof Of Renewal If Expired. 2. Product Brochure (please Attach And Identify Specific Product Brochure) One Project Having Several Items That Shall Be Awarded As One Contract. The Unit Cost Offered Of Each Item Must Not Exceed The Unit Cost As Per Budget Otherwise, It Will Be Ground For Disqualification.
Closing Date7 Jan 2025
Tender AmountPHP 5.1 Million (USD 88.3 K)
DEPT OF THE NAVY USA Tender
Security and Emergency Services
United States
Details: The Intent Of This Notice Is To Identify Qualified And Interested Offerors For Information And Planning Purposes. The Information Received Will Be Utilized Within The Navy To Facilitate The Decision Making Process And Will Not Be Disclosed Outside Of The Agency. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. In Accordance With Federal Acquisition Regulation (far) 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract.
naval Facilities Engineering Systems Command, Far East (navfac Fe) Facilities Engineering Acquisition Division (fead) Yokosuka Is Seeking Potential Sources To Preventive Maintenance And Inspection Services For Fire Protection And Intrusion Detection Systems By Recurring And Non-recurring Items At Commander Fleet Activities Yokosuka, Japan.
the Anticipated Scope Of Work May Include The Following Efforts:the Contractor Shall Provide All Labor, Management, Supervision, Tools, Material, And Equipment Required To Perform Facility Investment (fi) Services For Fire Protection System And Intrusion Detection Systems (ids) At Navy Region Japan To Include The U.s. Naval Installations In Kanto Plain, Japan.
all Maintenance And Repair Shall Be Performed By Personnel Trained And Certified By The Original Equipment Manufacturer (oem) And By Personnel Who Possess Appropriate License Or Certification.
the Contractor Shall Maintain, Repair, And Alter Building Systems To Ensure They Are Fully Functional And In Normal Working Condition.
examples Of Work Include, But Not Limited To: Repair Sprinkler Systems, Replace Facp (fire Alarm Control Panel), Replace Auxiliary Tank Gate And Check Valves, Replace End Devices Such As Detectors With New Ones, Replace Fire Protection System End Test Valve And Sus Jacket, Replace Water Motor Gong.
the North American Industry Classification System (naics) Code For This Procurement Is 561210, Facilities Support Services, With An Annual Size Standard Of $47.0m.
tentative Dates For This Acquisition (subject To Change):
request For Proposal Issuance: On Or About February 28, 2025.
contractor Requirements:any Contract Resulting From This Solicitation Will Be Awarded And Performed In Its Entirety In The Country Of Japan. Contractors Are Required To Provide The Following Information Prior To Award Of Contract:
1. Contractors Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Contract. Prior To Award Of Any Contract, Non-japanese Contractors Must Provide Proof Of Eligibility To Do Work In Japan, I.e. License, Government Documentation, Etc.
status Of Forces Agreement:the U.s. Government Will Consider Designating Eligible Employee(s) As "members Of The Civilian Component" Under Article I(b) Of The Sofa.
submission Requirements:interested Firms Should Submit A Brief Capabilities Statement Package Using Enclosure (1), Market Survey Questionnaire, To Demonstrate Capabilities, Capacity And Experience.
respondents Will Not Be Notified Of The Results Of The Navy’s Market Research. Navfac Fe Will Utilize The Information For Acquisition Planning Purposes. All Data Received In Response To This Sources Sought Notice Marked Or Designated, As Corporate Or Proprietary Information Will Be Fully Protected From Release Outside The Government.
please Respond To This Sources Sought Announcement Electronically To Junko Miyachi At Junko.miyachi.ln@us.navy.mil No Later Than 10:30 Hours, Japan Standard Time (jst) On 11 February 2025. No Telephone Calls Or Facsimiles Will Be Accepted.
responses Received After The Deadline Or Without The Required Information Will Not Be Considered. Since This Is A Sources Sought Announcement Only, Evaluation Letters Will Not Be Issued To Any Respondent.
Closing Date11 Feb 2025
Tender AmountRefer Documents
Municipality Of Alangalang, Leyte Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Details: Description Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within _________3 Days___________________ Upon Receipt Of The Approved Funded Purchase Order (p.o.). 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials From Date Of Acceptance By The End-user. 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. Philgeps Registration ,certificate,mayor’s/business Permit,pcab License (infra.),income/ Business Tax Return,omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product, If Applicable. Item Qty Unit Item & Description Unit Price Price 1 1 Unit Xrm125 Fi 2025 Motard Technical Specification: Displacement: 125 Cc Maximum Power: 9.5 Hp Fuel Tank Capacity (litres): 3.9l Maximum Torque: 9.55 Nm Drive Type: Chain Drive Engine Type:single Cylinder,4-stroke,sohc Air Cooled Engine Cooling System: Air Cooled No. Of Strokes: 4-stroke No. Of Cylinder: 1 Valve Configuration: Sohc Exhaust Pipes: Single Exhaust Bore X Stroke52.4mm X 57.9mm Rpm At Maximum Torque 6500 Rpm Rpm At Maximum Power 7500 Rpm Categorymoped Oil Tank Capacity 0.9l Ground Clearance 144 Mm Wheel Base 1239 Mm Length 1927 Mm Seat Height 774 Mm Width817 Mm Height 1045mm Seating Capacity2 Start Optionkick & Electric Fuel Typegasoline Fuel Supply System Pgm-fi Front Tyre 70/90 R17 Rear Tyre 80/90 R17 Front Wheel Size R17 Rear Wheel Size R17 Tyre Typeradial Battery Capacity3 Ah Battery Voltage 12v Front Suspension Telescopic Fork Rear Suspension Swing Arm Gear Box4-speed Transmission Typemanual **************nothing Follows************ (please See Attached Sample) Use For The Mpdo
Closing Date7 Feb 2025
Tender AmountPHP 76.9 K (USD 1.3 K)
Libmanan Water District Tender
Others
Philippines
Details: Description Provisions: ◉deliver Within 30cds Liquidated Damages Shall Be Applied For Late Delivery. ◉description Of Items Indicated Below Are The Minimum Requirements Of The Water District But Suppliers May Offer Items With Better Specifications And Are Not Inferior To The Specified Below. ◉warranty Shall Be Six ( 6 ) Months For Supplies/materials; One ( 1 ) Year For Equipment/construction Works From Date Of Acceptance. ◉delivered Goods With Defects Shall Be Communicated To The Supplier In Writing And Replacements Must Be Made Within Seven (7) Calendar Days (cds) For Ordinary Office Supplies And Thirty (30) Cds For Made To Order Items. ◉price Validity Shall Be For A Period Of Thirty ( 30 ) Calendar Days & Must Include Vat, Shipping Cost And Other Fees. ◉quotations Are Final. Suppliers Are Advised To Check Their Pricing Carefully Before Sending The Same To The Water District. ◉payment Of Awarded Items To Supplier Shall Be For A Period Of 30 Calendar Days After Complete Delivery, Acceptance & Inspection. ◉ All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulations Res. 10-93. ◉awarding Of This Posting Shall Be Per Lowest Calculated Bid For Each Item Or Per Lot, Whichever The Pe Determines To Be More Advantageous. Orlando A. Aycardo (sgd) . Canvasser Item And Description Qty Unit Brand/model Offered Unit Price Total 1 Angle Valve 1/2", Std. 6 Pcs 2 0.30x0.30m Non-slip Gray Floor Tiles 65 Pc 3 0.30x0.60m Gray Polish Tiles 115 Pc 4 500x430x3mm Thk. Facial Mirror On Aluminum Framing Oval 1 Pc 5 560x500x3mm Thk. Facial Mirror Plain, Round 2 Pc 6 Floor Drain Streamer 2" 2 Pc 7 Lavatory (including Fittings And Accessories), White P-trap 1 Set 8 Ppr Ball Valve 1/2", Std. 4 Pc 9 Ppr Coupling 1/2", Std. 17 Pc 10 Ppr Cross Angle Valve 1/2", Std. 1 Pc 11 Ppr Elbow 1/2", Std. 45 Pc 12 Ppr Female Adaptor 1/2", Std. 13 Pc 13 Ppr Female Elbow 1/2", Std. 1 Pc 14 Ppr Male Elbow 1/2", Std. 4 Pc 15 Ppr Pipe 1/2", Std. 18 Pc 16 Ppr Tee 1/2", Std. 14 Pc 17 Ppr Union Patente 1/2", Std. 2 Pc 18 Pvc Sanitary Fittings Coupling 3" Orange 3 Pc 19 Pvc Sanitary Fittings Elbow 2"x45° Orange 4 Pc 20 Pvc Sanitary Fittings Elbow 2"x90° Orange 14 Pc 21 Pvc Sanitary Fittings Elbow 3"x90° Orange 10 Pc 22 Pvc Sanitary Fittings Elbow 4"x90° Orange 6 Pc 23 Pvc Sanitary Fittings Tee 4"x4" Orange 3 Pc 24 Pvc Sanitary Fittings Wye Reducer 4"x2" Orange 4 Pc 25 Sanitary Upvc Pipe 2"øx10' Orange 5 Pc 26 Sanitary Upvc Pipe 3"øx10' Orange 5 Pc 27 Sanitary Upvc Pipe 4"øx10' Orange 3 Pc 28 Sanitary Upvc P-trap 2" Orange 3 Pc 29 Sanitary Upvc Coupling 2" Orange 5 Pc 30 Stainless Steel Grab Bar 60cm 6 Pc 31 Stainless Steel Or Chrome Plated Faucet 2 Pc 32 Tile Adhesive 5 Bag 33 Tile Grout Gray 5 Bag 34 Tile Trim Gray 8 Pc 35 Water Closet With Bidet (including Fittings And Accessories) 2 Set 36 Pcv End Cap 4" 2 Pc 37 10mmø X 6m Reinf. Steel Bar (astm Grade 40) 322 Pc 38 12mmø X 6m Reinf. Steel Bar (astm Grade 40) 45 Pc 39 16mmø X 6m Reinf. Steel Bar (astm Grade 40) 16 Pc 40 40kg Portland Cement 115 Bag 41 Angle Bar 2x2x3/16, Std. 8 Pc 42 Chb 4" 650 Pc 43 Cutting Disc 4" 10 Pc 44 Cutting Disc 5" 25 Pc 45 G.i. Tubular Steel 2x2x6m 2 Pc 46 Gravel 3/4 8 Cu.m 47 Ordinary Plywood 1/4"x4'x8', Std. Thickness 4 Sheet 48 Phenolic Board 1/2"x4'x8' 4 Sheet 49 Sahara 10 Kg 50 Sand 16 Cu.m 51 Sand Paper #100 2 Pc 52 Steel Matting Blue 10 Pc 53 Tie Wire #16 2 Roll 54 Water Proofing 2 Gallon 55 Welding Rod E6013, 3.2mm Dia. X 350mm Long 10 Kg 56 Baby Roller 4" 6 Pc 57 Flat Latex White, Non-odor 1 Pail 58 Gloss Latex White 1 Pail 59 Paint Brush 2 2 Pc 60 Primer Zinc Gray 3 Gallon 61 Qde Green Top Coat 4 Gallon 62 Skim Coat (20kg) 4 Bag 63 Solvent Cement 1 Liter 64 Top Coat Orange 1 Gallon 65 Top Coat Smoke Gray 2 Gallon 66 Flower Pots Wall Hanging, White (4 Clips) 8" X 4.5" X 4" 500 Pc 67 Polyethylene Storage Tank (horizontal) Blue, Capacity 2000 Liters (528 Gallons), Height 123.9cm, Width 131cm, Length 164cm 1 Unit 68 1/2" Upvc Electrical Conduit Pipe, Orange 10 Pc 69 Electrical Tape Big 10 Pc 70 Receptacles 4 Pc 71 Switch 1 Gang 2 Pc 72 Switch 2 Gang 1 Pc 73 Utility Box 2x4 3 Pc 74 Junction Box 4"x4" 5 Pc 75 Wire, 2.0 Mm2 Thhn (black) 20 Mtr 76 Wire, 3.5 Mm2 Thhn 30 Mtr *to Avoid Problems During Acceptance, Please Indicate/attach Available Technical Specifications And/or Brochure.
Closing Date14 Jan 2025
Tender AmountPHP 279.3 K (USD 4.7 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Chemical Products
United States
Description: Combined Synopsis Solicitation White River Junction Vamc Boiler Maintenance (i) This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Is Issued As A Request For Quotation (rfq). (iii) A Statement That The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-01. (iv) The Government Intends To Award A Firm-fixed Price Award For Semi-annual Preventive Maintenance And Annual Inspection Of The Dual-fuel Boiler Plant At The White River Junction Vamc. Please See The Attached Performance Work Statement For Full Requirement Details. Please Complete The Price Schedule Below And Submit With The Quote Submission. (v) The Contractor Shall Provide Semi-annual Preventive Maintenance And Annual Inspection Of The Dual-fuel Boiler Plant At The White River Junction Vamc Iaw The Attached Performance Work Statement (pws). Please See The Attached Pws For Full Requirement Details. (vi) The Place Of Performance Is White River Junction Vamc As Described Per The Pws. (vii) Provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition In Addition To The Following Addenda S To The Provision: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998); 52.204-7 System For Award Management (oct 2018); 52.204-16 Commercial And Government Entity Code Reporting (jul 2016); 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) (viii) Provision At 52.212-2, Evaluation -- Commercial Items, Applies To This Requirement. Submission Of Quotes: (1) Quotes Shall Be Received On Or Before The Date And Time Specified In Section (xv) Of This Solicitation. Note: Offers Received After The Due Date And Time Shall Not Be Considered. (2) Offerors Shall Submit Their Quotes Electronically Via Email To Kenya Mitchell At Kenya.mitchell1@va.gov. (3) Questions: A Site Visit Is Scheduled For Monday,06 January 2025, @ 9:00 Am* Questions Shall Be Submitted To The Contracting Officer In Writing Via E-mail. Oral Questions Are Not Acceptable Due To The Possibility Of Misunderstanding Or Misinterpretation. The Cut-off Date And Time For Receipt Of Questions Is Tuesday 07 January 2025 At 5:00 Pm Est. Questions Received After This Date And Time May Not Be Answered. Questions Shall Be Answered In A Formal Amendment To The Solicitation So All Interested Parties Can See The Answers. (4) Quote Format: The Submission Should Be Clearly Indexed And Logically Assembled In Order Of The Evaluation Criteria Below. All Pages Of The Quote Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date And Solicitation Number In The Header And/or Footer. Sam: Interested Parties Shall Be Registered In System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam In Sufficient Time To Meet The Va S Requirement Will Be Ineligible To Receive A Government Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Interested Parties With No Prior Va Contracts Can Request A Form 10091 At Any Time. (x) Please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy. (xi) Clause 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021), 852.203-70 Commercial Advertising (may 2018), 852.219-73 Va Notice To Total Set-aside For Certified Services-disabled Veterans-owned Small Business (jan 2023), 852.232-72 Electronic Submission Of Payment Requests (nov 2018), 852.241-71 Administrative Contracting Officer (oct 2020) Subcontracting Commitments - Monitoring And Compliance This Solicitation Includes Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors, And Vaar 852.215-71, Evaluation Factor Commitments. Accordingly, Any Contract Resulting From This Solicitation Will Include These Clauses. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) To Assist In Assessing Contractor Compliance With The Subcontracting Commitments Incorporated Into The Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor Compliance With The Subcontracting Commitments. (xii) Clause At 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (wage Determination Applicable Massachusetts Middlesex County Wd #2015-4047 Rev 22 122722 Posted On Sam.gov), 52.222-55, 52.222-62 (xiii) All Contract Requirement(s) And/or Terms And Conditions Are Stated Above. (xiv) The Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement. (xv) Rfq Responses Are Due Friday, 10 January 2025 By 5:00 Pm Est. Rfq Responses Must Be Submitted Via Email To: Kenya Mitchell At Kenya.mitchell1@va.gov. Hand Deliveries Shall Not Be Accepted. (xvi) The Pocs Of This Solicitation Is Kenya Mitchell At Kenya.mitchell1@va.gov A Site Visit Is Scheduled For Monday 06 January 2025, @ 9:00 Am White River Junction Vamc 163 Veterans Drive White River Junction, Vt 05009 Poc: Scott Snyder - (802) 295-9363 Price Schedule Item Number Description Of Supplies/services Quantity Unit Unit Price Amount 0001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Base 1.00 Yr __________________ __________________ 0002 Emergency Boiler Service Contract Period: Base 1.00 Yr __________________ __________________ 0003 Installation Of New Feedwater System Contract Period: Base 1.00 Jb __________________ __________________ 1001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 1 1.00 Yr __________________ __________________ 1002 Emergency Boiler Service Contract Period: Oy 1 1.00 Yr __________________ __________________ 2001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 2 1.00 Yr __________________ __________________ 2002 Emergency Boiler Service Contract Period: Oy 2 1.00 Yr __________________ __________________ 3001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 3 1.00 Yr __________________ __________________ 3002 Emergency Boiler Service Contract Period: Oy 3 1.00 Yr __________________ __________________ 4001 Semi-annual Boiler Maintenance And Annual Inspection Contract Period: Oy 4 1.00 Yr __________________ __________________ 4002 Emergency Boiler Service Contract Period: Oy 4 1.00 Yr __________________ __________________ Grand Total __________________ Past Performance Worksheet (provide 3) 1. Name Of Contracting Activity, Government Agency, Commercial Firm Or Other Organization: 2. Contracting Activity Address: 3. Contract Number: 4. Date Of Contract Award: 5. Beginning Date Of Contract: 6. Completion Date Of Contract: 7. Contract Value: 8. Type Of Contract: 9a. Technical Point Of Contact: 9b. Contracting Point Of Contact: Name: Name: Title: Title: Address: Address: Telephone: Telephone: Email: Email: 10. Place Of Performance: 11. Description Of Work (use A Continuation Sheet If Necessary): 12. List Any Commendations Or Awards Received: 13. List Of Major Subcontractors: Performance Work Statement Department Of Veterans Affairs Project Name: Boiler Maintenance Place Of Performance: White River Junction Vamc 163 Veterans Drive White River Junction, Vt 05001 Period Of Performance: The Period Of Performance Will Be One (1) Year From Contract Award, With The Option To Extend For Four (4) Option Years (options Years Will Be Exercised At The Governments Discretion) Tasks And Requirements Contractor Qualifications Contractor Shall Demonstrate Satisfactory Past Performance Of Preventive Maintenance And Periodic Inspection Services, Similar To Those Described Herein, On The Same Or Similar Type Of Boiler Equipment, For At Least Five (5) Vha Facilities Within The Past Three (3) Years. The Contractor Shall Provide Performance Assessments From Contracts For Five Of Those Vha Facilities, As Well As Evidence That The Services Were Conducted In Accordance With Boiler Efficiency Institute (bei) Guidelines. Technician Qualifications Contractor Shall Employ Qualified Preventive Maintenance Technicians To Perform The Services Described Herein. Qualified Means A Technician Shall Have Successfully Completed At Least One Year Of Trade School In A Relevant Course Of Study And Shall Have Five Years Of Experience With Institutional And/or Industrial Boiler Service At Plants Similar In Design To The Wrjvamc Boiler Plant. Technicians Shall Have Experience With And Knowledge Of Fire Tube Boilers And Fireye Flame Safeguard And Combustion Controls. The Wrjvamc Facility Manager Or Engineer May Define And Accept Equivalent Qualifications. Technicians Shall Demonstrate Familiarity With And Ready Access To The Current Versions Of The Following References: Nfpa 85, Boiler And Combustion Systems Hazards Code Vha Boiler And Associated Plant Safety Device Testing Manual. Technicians Shall Be Equipped With Portable Electronic Flue Gas Analyzers And Other Test Instruments Necessary For The Required Tests And Calibrations, All Calibrated Within One Month Of The Site Visits. At Facilities With Programmable Digital Controls, The Technicians Must Be Capable Of Programming The Controls And Have The Appropriate Hardware And Software For This. All Contractor Employees Performing Work At Wrjvamc Shall Be Trained In And Shall Follow Proper Va Lock Out / Tag Out Procedures. Regular Service Requirements The Contractor Shall Provide All Qualified Technician Labor, Equipment, Tools, Materials, Parts, Supplies, Transportation, Supervision, Any Other Items, And Non-personal Services Deemed Necessary To Perform The Regular Services For Semi-annual Preventive Maintenance And Annual Inspections, Including Tuning, Testing, Calibrating, And Adjustments On Boilers #1, #2, And #3 And On All Burners And Boiler Plant Controls At The Wrjvamc. Contractor Shall: Conduct All Testing In Accordance With The Vha Boiler And Associated Plant Safety Devise Testing Manual (attachment 2). All Testing Must Be Documented In A Fashion Acceptable To The Va. Perform Combustion Analysis Of Boilers Under Gas And Fuel Oil Operation And Calibrate Fuelto-air Mixture At The Facility. Install All Control Parts For All Three Boilers. All Used Parts Are To Be Turned Over The Wrjvamc For Disposition Evaluation. Test And Record The Operation And Set Points Of All Burner/boiler Safety Interlock Devices. Verify That The Set Points And Operating Points Are Within Approximately 20% Of Normal Operating Parameters. Make All Adjustments As Necessary And Record The New Settings. Supply Copies Of The Bei Paperwork To The Wrjvamc Boiler Plant Supervisor And Contracting Officer S Representative (cor) Upon Completion Of Inspection And Testing, In Accordance With Bei Testing Procedures. The Operation Of A Safety Interlock Device Must Result In Burner Shutdown And/or Proper Alarm Operation. All Interlocks And Safety Devices To Be Inspected And Tested On Each Boiler, Burner, And Related Equipment Are Contained In The Most Current Revision Of The Vha Boiler Plant Safety Devices Testing Manual Along With Testing Procedures. This Maintenance Shall Be Done Every Six Months In Accordance With A Schedule Provided By Wrjvamc Facilities Staff. Contractor Shall Cover All Costs For Calibrations Of Gauges, Transmitters, Flow Meters And Controls Including All Shipping, Handling, And Postage. Boiler Tuning Requirements Contractor Shall Perform Boiler Tuning To Meet Or Exceed The Following Minimum Requirements, And Shall Provide All Combustion Analyzers (calibrated) As Well As Performance Data Indicating These Requirements Have Been Met Or Exceeded: Required Burner Performance (natural Gas And Fuel Oil): Turndown (ratio Of Maximum And Minimum Of Firing Rates) 10/1 And 8/1 Respectively. Achieve, But Do Not Exceed, Boiler Maximum Steam Flow Output Rating. Measure Fuel Input At Minimum And Maximum Firing Rates. Maximum Carbon Monoxide: 200 Ppm Throughout The Firing Rate. Flame Shall Be Stable, With No Pulsations, Shall Be Retained Near Burner, No Blowoff Or Flashback, No Constant Impingement On Refractory Or Water Tubes. No Visible Smoke; Must Comply With Local Emissions Regulations. Must Follow All Boiler Efficiency Institute (bei) Guidelines (provided Locally). Flue Gas Oxygen: 2.5 4.2% O2 (up To 5.2% At Loads Below 40% Of Maximum Steam Output, No Upper Limit At Minimum Firing Rate, Oxygen Can Be 1% Point Higher On Oil Firing On Singlepoint Positioning Systems). Flue Gas Oxygen (low Excess Air Burners): 1 2% (up To 2,5% At Loads Below 40% Of Maximum Steam Output, No Upper Limit At Minimum Firing Rate, Oxygen Can Be 1% Point Higher On Oil Firing On Single-point Positioning Systems). For Semi-annual Preventive Maintenance In Accordance With Vha Directive 1810, Contractor Shall Conduct Testing And Ensure All Boiler Safety Devices Listed Below Are Functioning Correctly And All Associated Boiler Room Equipment Operates Safely Within Desired Operational Settings And Parameters. Low-water Cutoff On Each Boiler (slow-drain) Auxiliary Low Water Cut Off On Each Boiler (slow Drain) High Water Alarm On Each Boiler Low Water Alarm On Each Boiler High Steam Pressure Cut-out (recycle) On Each Boiler High Steam Pressure Cut-out (non-recycle) On Each Boiler Relief Valves Lift Test On Each Boiler Steam Safety Valves Accumulation Test At High Fire On Each Boiler Flame Scanner On Each Boiler Gas Train Vent Valves For Leaks On Each Boiler High Gas Psi Cut Off On Each Boiler Low Gas Psi Cut Off On Each Boiler Gas Shut Off Valves Proof Of Closure On Each Boiler Gas Shut Off Valves Leak Test Each Boiler Low Atomizing Pressure For Fuel Oil For Each Boiler High Fuel Oil Pressure Cut Off For Each Boiler Fuel Oil Safety Shut Off Valves Proof Of Closure For Each Boiler Leak Test Fuel Oil Safety Shut Off Valves On Each Boiler Propane Pilots Start Up On Each Boiler Low Pilot Gas Psi Cut Off On Each Boiler. Emergency Boiler Service Requirements: Contractor Shall Provide Repair Service Call Support For Emergency Corrective Maintenance To The Wrjvamc Boiler Plant 24 Hours A Day, 7 Days Per Week. Emergency Service Shall Include Labor, Parts, And Travel. In An Emergency Such As An Event That Jeopardizes Va N+1 Boiler Redundancy Requirements, An Emergency Service Call Will Be Initiated By A Wrjvamc Boiler Plant Operator Or Facilities Engineer To The Contractor S Service Center Via Telephone, Email, And/or Text Messaging. Contractor Shall Acknowledge The Call For Emergency Service Within 4 Hours, Shall Provide Support By Qualified Technicians On Site Within 8 Hours, And Shall Endeavor To Return Equipment To Normal Operation Within 24 Hours. Normal Operation Means That Defective Parts Have Been Replaced With Parts That Meet Or Exceed Manufacturer's Original Specifications And Va Requirements, And That The Equipment Meets Or Exceeds The Manufacturer's Original Performance Specifications. During Regular Preventive Maintenance, The Contractor Shall Recommend Long-lead-time Critical Parts That The Va Facility Should Keep In Supply To Avoid Service Disruption. The Contractor Shall Replenish Any Va Inventory Consumed In The Course Of Preventive Maintenance Or Emergency Service. For Emergency Calls/service The Contractor Will Furnish All Factory Repair Parts And Service Not To Exceed A Tbd Amount Per Year. The Contractor Shall Provide By Email, A Requested Itemized Quote To Include Hourly Rate And Travel Within 24 H For Any Scheduled Services And Or Parts. The Contractor Shall Provide By Email, An Invoice For Any Emergency Call Outs Within 48 H Of Emergency Service Completion. The Contractor Shall Be Familiar With All Terms, Conditions, And Requirements Herein Contained With Warranty Items And Conditions. The Contractor Shall Be Responsible For All Damages To Persons Or Property That Occurs Because Of The Contractor S Fault Or Negligence. Bid Price Schedule Contractor Shall Provide Itemized Pricing For The Following: Base Bid Year A. Semi-annual Boiler Maintenance And Annual Inspection B. Emergency Boiler Service A. Not-to-exceed Line Item. This Is Estimated Amount That May Increase Or Decrease Depending On Number And Price Of Parts. B. This Line Item Must Be Approved By The Va Contracting Officer (co) Prior To Any Work Performed. C. Installation Of New Feedwater System (base Year Only) Option Years 1 4 A. Semi-annual Boiler Maintenance And Annual Inspection B. Emergency Boiler Service A. Not-to-exceed Line Item. This Is Estimated Amount That May Increase Or Decrease Depending On Number And Price Of Parts. B. This Line Item Must Be Approved By The Co Prior To Any Work Performed. Work Schedule Work Shall Be Completed In Conformance With The Time Schedule Requested By Wrjvamc. Contractor Is Solely Responsible For All Necessary Regulatory Notifications To Meet The Time Schedule. 1. Semi-annual Preventive Maintenance Shall Be Done Once In The Spring, Preferably In Early May, Preceding Summer Months, And Once In The Fall, Preferably In Early November, Preceding Winter Months. 2. Annual Inspections Shall Occur Over 3 Visits Per Year, One Visit For Each Boiler, With One Internal Inspection And One External Inspection Occurring Per Visit. 3. Contractor Shall Notify The Wrjvamc Boiler Plant Supervisor And The Cor At Least Two Weeks Prior To Performing Regular (semi-annual And Annual) Preventive Maintenance On Site. 4. Work Cannot Be Scheduled During Heavy Steam Load Periods. Only One Boiler At A Time Can Be Out Of Service For The Inspection, Testing, And Calibration Procedures. 5. Normal Working Hours Are From 7:30 Am To 4:30 Pm, Monday Through Friday. Contractor Shall Not Perform Work At Va Facility Outside Of Those Hours Or On Government Holidays Without Prior Notification To And Approval From The Cor, Except For Emergency Service. 6. To Maintain Schedule, Regular Preventive Maintenance Work May Be Allowed To Be Performed Outside Of Normal Working Hours. Contractor Shall Coordinate After-hours Work With The Wrjvamc Boiler Plant Supervisor And The Cor With A Minimum 48-hour Notice. Privacy Statement Information Security The Certification And Authorization Requirements Do Not Apply; A Security Accreditation Package Is Not Required. Incidental Exposure To Protected Health Information May Occur From Accessing The Work Site. Contractor Personnel Will Follow All Va Privacy & Security Policies And Procedures. The Boiler Maintenance Service Shall Involve Connection Of Electronic Devices Or Systems To The Va Computer Network And Does Not Involve Sensitive Va Data. Records Management The Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: Citations To Pertinent Laws, Codes And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. Contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. Contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. The Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. The Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. Contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. No Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
Closing Date10 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued.
solicitation Number 70z04025p60216y00 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016.
it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency.
the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order.
quotes Will Be Evaluated By Who Can Provide All The Requested Items, Delivery Time Frame And By Price.
the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items:
please Quote With Delivery To Zip Code 21226 - No Substitutions.
vendor Shall Provide:
all Items Listed In The Attached Parts List And No Substituions Will Be Authorized Without Approval From Uscg Yard Technical Experts.
item 1: Pipe, 4”
nsn: 4710 01-lg2-0241
cage: 6mbv0 / Part: Dv-1000a
description: Pipe, 4", Aluminum 5086_h32, D Pipe, 4", Aluminum 5086_h32, Det 2-d . H= 96", L= 42", Per 803-1645271 Rev. E, Bend Only, 4" X Standard Pipe, (davit, Portable, Aluminum), Commercial Packing Acceptable. Pipe And Tubeshall Be Banded Together With No More Then 5 Lengths To A Bundle 4" And Above. Marking: Each Length Shall Be Marked With Coast Guard Stock Number And Purchase Order Number. Either Stencil, Paint Stick Or Permanent Marker.
qty: 1 Ea
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 2: Tubing
nsn: 4710 01-lg1-9541
cage: 7d409 / Part: Pipe-sales
description: Tubing, 3" Od X 1/4" Wall, 316
stainless Steel, Seamless
qty: 3 Ft
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 3: Tubing
nsn: 4710 01-lg1-9542
cage: 7d409 / Part: Pipe-sales
description: Tubing, 3 1/2" Od X 1/4" Wall, 316 Stainless Steel, Seamless
qty: 1 Ft
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 4: Pipe
nsn: 4710 00-277-7869
cage: 1ptu4 / Part: Mil-p-1144
cage: 7y703 / Part: Mil-p-1144
cage: 0fm65 / Part: Mil-p-1144
description: Pipe, 2" Ips, Sch 40, .154" Wall Thk., Sst 316l, Seamless, Mil-p-1144
qty: 1 Ft
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 5: Pipe
nsn: 4710 01-lg1-7202
cage: 3l672 / Part: 6061 Aluminum
description: Pipe, 2" Ips, Sch 80, Aluminum 6061.
qty: 20 Ft
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 6: Duct
nsn: 4710 01-lg4-5444
cage: 97537 / Part: Je5504g1
description: Duct, 4" Dia, Round, Spiral Wound, 20 Gauge, Galvanized Steel,
qty: 20 Ft
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 7: Pipe
nsn: 4710 01-lg2-0331
cage: 00945 / Part: Astm A 53b
cage: 7d409 / Part: Astm A 53b
description: Pipe, 5" Ips, 5.5625 Od, Sched 40, Galvanized Steel, Astm
qty: 10 Ft
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 8: Elbow
nsn: 4710 01-lg2-0330
cage: 7d409 / Part: 105g-40-2537
cage: 00945 / Part: Astm 234
description: Elbow, 5" Ips, 90 Degree, 5.5625 Od, Buttweld, Sched 10, Galvanized Steel,
qty: 1 Ea
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 9: Pipe
nsn: 4730 01-lg1-9761
cage: 08mn0 / Part: 304 Sst
cage: 7d409 / Part: 304 Sst
cage: 1ptu4 / Part: 312t304s
description: Pipe, 3-1/2", Sch 40, 304 Stainless Steel
qty: 1 Ft
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 10: Vent Check Valve
nsn: 4730 01-lg1-9418
cage: 79128 / Part: 1750
cage: 79128 / Part: 5-1750fbm-i
description: Vent Check Valve, 5" Ips, Semicircular Float Inverted, Bronze Body, Monel Float, 150 Ansi Wager 1750 Or Equal
qty: 1 Ea
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 11: Pipe
nsn: 4730 01-lg1-8308
cage: 1ptu4 / Part: 3" Cs Pipe
cage: 7d409 / Part: 3" Cs Pipe
description: Pipe, 3" Nps, Sch 10, 3.5" Od, 0.120" Wall, Welded Pe-a135 Steel Mechanical Pipe
qty: 30 Ft
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 12: Flange
nsn: 4730 00-lg2-2103
cage: 4730 / Part: 00-lg2-2103
cage: 7d409 / Part: Astm 105
description: Flange, 3" Ips, Slip-on, Comm., Asa, Steel, 150 Psi, Astm
qty: 3 Ea
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
item 13: Flange
nsn: 4730 01-lg1-2456
cage: 80204 / Part: B16-5-1953table21
cage: 7d409 / Part: B16.5
cage: 34646 / Part: B16-5-1953table21
description: Flange, 5" Slip On, Flat Face, Carbon Steel, Astm A105, 150#, Ansi B16.5
qty: 6 Ea
unit Price: ______________
total: ___________________
est. Delivery Date: ________________
* Delivery Address Listed Below. *
*all Deliveries Are Required By 09/22/25*
** Total Cost Shall Have Delivery And Any Freight Charges Included. **
** Shipping: Fob Destination Required. **
quote Total:
uein: Naics Code:
ship To:
Uscg Surface Forces Logistics Center
2401 Hawkins Point Road
Receiving Room- Building 88
Baltimore, Md 21226
preparation For Delivery
all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment.
all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided.
material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations.
packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse.
all Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped.
all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00am To 1:00pm.
please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To D05-smb-sflc-cpd-cp3-sap-admin@uscg.mil.
invoicing In Ipp
it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov
Closing Date22 Jan 2025
Tender AmountRefer Documents
City Of Canlaon Tender
Electrical Goods and Equipments...+2Automobiles and Auto Parts, Electrical and Electronics
Philippines
Details: Description Republic Of Philippines City Of Canlaon Office Of The Bids And Awards Committee Request For Sealed Quotation Date: 30-jan-25 Quotation No.: 2025-01-032 Pr No.: 2025-01-32-b Department: Gso, Canlaon City Bac Control No.: 32 Sir/madam: Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 02/03/2025 In The Return Envelope. Procurement Terms & Conditions 1. The Total Approved Budget For The Contract (abc) Is (p200,000.00) 2. Price Quotation Should Be Inclusive Of The Required Tax Obligations 3. Delivery Period Is Within 7 Days Upon Receipt Of Notice To Proceed (ntp) 4. Refusal To Accept An Award Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xxiii Of The Revised Irr Of Ra 9184 "5. Failure Of The Supplier To Deliver Goods And Render Services Under The Contract Within The Specified Delivery " Schedule Shall Be Liable For Damages For The Delay. Zosilito A. Ongco Vice Chairman/temp.presiding Officer Item No Qty Unit Of Issue Item Description Unit Cost Unit Price Total Price 1 20 Meters Air Hose Isuzu Elf-gen 461 762.00 2 2 Unit Alternator Assy Isuzu Elf-gen 466 12,500.00 3 2 Pcs Battery, 12 Volts, 15 Plates Isuzu 10pc1 (dropside) 12,300.00 4 1 Unit Brake Master, Assy 4bc2 Canter 7,500.00 5 1 Set Clutch Disc Assembly 4bc2 Canter 4,550.00 6 2 Pcs Cross Joint Isuzu Pick Up 4ja1 3,200.00 7 2 Pcs Cross Joint W/ Sample Motorpool 2,900.00 8 1 Pc Fan Belt, B-39 10pdi 500.00 9 1 Pc Fuel Pump Isuzu Ls 3,500.00 10 1 Pc Head Cover L300 780.00 11 1 Set Hydrovac Repair Kit Toyota Ambulance Hi-ace 4,820.00 12 1 Set Idler Arm, Assy Jeep 4,865.00 13 1 Pc Ignition Switch D4bx Funeral Car 4,430.00 14 1 Set Intake Valve L300 1,800.00 15 1 Set Liner O-ring 10pdi 3,500.00 16 4 Pcs Noozle Tip L300 800.00 17 1 Unit Oil Pump, Assy Isuzu 10pc1 (dropside) 18,500.00 18 1 Set Overhauling Gasket 10pc1 13,000.00 19 2 Pcs Per Oil Seal- W/s Isuzu Elf-gen 463 450.00 20 2 Pc Pinion Bearing Isuzu 10pc1 (dropside) 3,900.00 21 5 Set Pressure Hose 4bc2 Canter 1,200.00 22 1 Unit Radiator,assy Suzuki Carry 6,850.00 23 1 Pc Repair Kit Bushing Isuzu Ls 4,500.00 24 1 Pc Repair Kit Oil Seal Isuzu Ls 4,800.00 25 1 Pc Solenoid Switch Toyota Ambulance Hi-ace 3,835.00 26 1 Pc Steering Pump Isuzu Elf-gen 458 9,800.00 27 1 Set Tie Rod End Toyota Ambulance Hi-ace 4,250.00 28 1 Pc Timing Belt 4gb1 3,000.00 29 1 Set Valve Seal L300 280.00 Total For Use Of Various Vehicles,general Services Office,canlaon City Brand Model: Delivery Period: Warranty: Price Validity: After Having Carefully Read And Accepted Your General Conditions. I/we Quote On The Item/s At Price/s Noted Above. Canvassed By: ___________________________________ ___________________________________ (name And Signature Of Authorized Canvasser) (name & Signature Of Dealer/representative) Date: Address: Tel No.: Date:
Closing Date3 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
Municipality Of Quezon, Nueva Vizcaya Tender
Machinery and Tools...+1Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description 1 Unit Excavator: 0.5 Cbm Bucket Capacity With Common Piping (breaket Line) Equipped With Dozer Blade Specification: Engine: 4 Cycle Water Cooled Common Rail Type-direct Injection Aspiration-turbocharged, Intercooled, Cooled Egr No. Of Cylinders: 4 Rated Power: Iso 14696:2002-74 Kw At 2000 Min-1 Iso 9249:2007-73 Kw At 2000 Min-1 Maximum Torque-390 Nm At 1700 Min-1 Piston Displacement-2.982 L Bore And Stroke-96mm X103mm Batteries-2x12 V/74ah Hydraulic System: Main Pumps-2variable Displacement Axial Piston Pump Maximum Oil Flow-2x117l/min Plot Pump- 1gear Pump Maximum Of Flow-33.6l/min Hydraulic Motors: Travel-2 Variable Displacement Axial Piston Motors Swing-1 Axial Piston Motor Relief Valve Settings: Implement Circuit-34.3 Mpa Swing Circuit-32.3 Mpa Travel Circuit-34.3 Mpa Pilot Circuit-3.9 Mpa Power Boost-36.3 Mpa Hydraulic Cylinders: Boom-2-105-70 Arm-1-115-80 Bucket-1-100-70 Positioning-1-140-95 For 2 Piece Boom Upper Structure: Revolving Frame D-section Frame For Resistance Todeformation Undercarriage: Tracks Heat Treated Connection Pins With Dirt Seals. Hydraulic (grease) Tracks Adjusters W/ Shock –absorbing Recoil Springs. Number Of Rollers And Shoes On Each Side: Upper Rollers-1 Lower Rollers-7 Track Shoes-44 Track Guards-1 Environment: Engine Emissions Eu Stage V Service Refill Capacities Fuel Tank-200l Engine Coolant-18.7l Engine Oil-19.1l Swing Device-3.2l Travel Device (each Side)-4.2l Hydraulic System-155.0/l Hydraulic Oil Tank-61.0l
Closing Date10 Feb 2025
Tender AmountPHP 9 Million (USD 155 K)
Philippine Statistics Authority Tender
Machinery and Tools
Philippines
Details: Description Upper Arm Assy Set 2 Lwr Arm Assy Lh/rh Set 2 Frnt Shock Pc 2 Rear Shock Pc 2 Clamp Bushing Pc 1 U-bolt Pc 2 Head Light Lh Assy Set 1 Head Light Rh Assy Set 1 Timing Belt Big Pc 1 Balancer Belt Pc 1 Tensioner Big Pc 1 Tensioner Small Pc 1 Oil Seal Camshaft Pc 1 Oil Seal Crank Shaft Pc 1 Oil Seal Balancer Lh Pc 1 Oil Seal Balancer Rh Pc 1 Alt Belt Pc 1 P/s Belt Pc 1 A/c Belt Pc 1 Cleaner Pc 1 Sleeve Crankshaft Pc 1 Sleeve Big Pc 1 Sleeve Small Pc 1 Oil Filter Pc 1 Motor Oil (fully Synthetic) Litter 6 Flushing Oil Litter 1 Gasket Oil Drain Pc 1 Frigi Fresh Pc 1 Fuel Cleaner Pc 2 Engine Treatment Pc 1 Grease Pc 1 Gear Oil Diff. & T/m Can 6 Fuel Filter Pc 1 Radiator Coolant Litter 5 Part Of Lubricants Pc 1 Rad. Cap Sticker Pc 1 Brake & Parts Cleaner Pc 1 Screen Washer Cleaner Pc 1 Tire 194r14 C For Mitsibushi Adventure, High Quality Pc 4 Tire Valve Pc 4 Stud Bolt Pc 20 Nut Pc 20 Body Side Tint Set 1 Transmission Assy Manual Set 1 Wind Shield Tint Set 1 Replace Transmission Assy Labor 1 Undercoat Labor 1 Repaint Drum Break Labor 1 Undercoat Repaint Drum Break Replace Tire Wheel Alignment Replace Stud Bolt/ Nut Perform 192,622 Km Repack Frt Wheel Bearing Replace Gear Oil Diff. & T/m Miscellaneous Replace Timing Belt Labor For Replacement Of Upper And Lower Assembly, Headlight Assembly, U-bolt, Shock And Clamp Bushing Labor 1 ***nothing Follows***
Closing Date6 Jan 2025
Tender AmountPHP 366.3 K (USD 6.3 K)
Department Of Education Division Of Maasin City Tender
Machinery and Tools...+2Electrical and Electronics, Electrical Works
Philippines
Details: Description Work Details 1 60,000km Check Up (all-n) 4,630.00 1 Replace A/t Fluid & Filter 2,250.00 1 Cleaning Egr Valve 3,750.00 1 Replace Air Cleaner & A/c Filter 950.00 1 Replace Fuel Filter 1,750.00 1 Replace All Lubricant 3,750.00 1 Tint 7,500.00 1 Matting Floor (accesories) 20,000.00 1 Replace V-belt 2,250.00 Parts 1 Air Refresher Assy (15)(pc(s)) 1,585.23 1 Belt P/s (5pk1419)(pc(s)) 1,895.23 1 Bg Stop Brake Noise (1(pc)) 750.00 1 Pms Kit No. 2 (64)(pc(s)) 1,549.40 1 Pwr Strg Flu Dexiii (24l/bx)(liter) 856.83 1 Fuel Filter Element (10)(pc(s)) 2,250.20 1 Element Air Cleaner (pc(s)) 1,440.14 2 Dia-plus Brake Fluid Dot4 (300ml)(pc(s)) 501.86 1 Belt Alternator & Others (pc(s)) 858.87 8 Fully Synthetic (ltr) 6,160.00 6 Super Long Life Coolant (blue)(24l) 2,239.98 4 Gl-4 Multi Gear Oil 75w85w-trans (pc9s) 2,072.72 6 Gl-5 Multi Gear Oil Ls 90 - Dif'lt (pc(s)) 3,255.96 1 X-1r Engine Treatment (240ml)(pc(s)) 1,593.30 1 Brake Parts Cleaner (24l/bx)(pc(s)) 303.97 1 Aircon Treatment (bts) 1,529.30 1 Diesel Decarbonizer (x-1r 5in1)(pc(s)) 1,812.00 1 Dia-plus Engine Flush (300ml)(pc(s)) 550.00 Total: 78,034.99
Closing Date29 Jan 2025
Tender AmountPHP 78 K (USD 1.3 K)
7441-7450 of 7882 archived Tenders