Valve Tenders
Valve Tenders
Offizielle Bezeichnung Landesbetrieb Bau Und Immobilien Hessen Niederlassung Mitte Zentrale Vergabe Tender
Others
Germany
Description: Announcement of a purchaser profile for an intended restricted invitation to tender (construction work) Execution of construction work (ventilation-air conditioning trade) 410 Wastewater, water and gas systems Wastewater systems - New construction of a pipe network for condensate drainage from air conditioning units made of PVC-U, total pipe length approx. 35 m, nominal widths DN 25 to DN 50 - ... More410 Wastewater, water and gas systems Wastewater systems - New construction of a pipe network for condensate drainage from air conditioning units made of PVC-U, total pipe length approx. 35 m, nominal widths DN 25 to DN 50 - Outdoors with pipe heating, approx. 15 m - Free outlet on roof surface - 2 x fire protection partitions for PVC-U pipe 50 mm Water systems - No water systems are planned 420 Heat supply systems Heat generation systems - 1 x electric wall convector 1500 W as Frost protection heating in the technical room 430 Air-conditioning systems Ventilation systems - Radial exhaust air fan DN 100 with motorised control flap, slide-in volume flow controller - Air filter box EPM1 Ø100mm - Duct smoke detector - Ventilation duct for duct-bound air conditioning of the radome via a precision air conditioning cabinet made of steel, duct parts approx. 27 m², molded parts approx. 12 m² - Ventilation pipes for fresh air portion for radome air conditioning, approx. 6 m spiral-seam pipe Ø100 mm - Thermal insulation completely made of flexible elastomer foam 19 mm, approx. 40 m² - 2 pcs. ventilation grilles 500x400 mm for floor installation, 2 pcs. weather protection grilles Ø100 mm for facade Partial air conditioning systems - Precision air conditioning unit for radome air conditioning with high requirements for temperature accuracy and dehumidification, nominal cooling/heating output 10.7 Kw/7.5 Kw, heating electric, cooling via condenser - Two split air conditioning units each with nominal cooling/heating output 6.8/7.5 Kw as a redundancy circuit - Each outdoor unit with mounting system and heated condensate collection tray - Refrigerant piping made of copper pipe, total line length approx. 110 m, nominal widths Ad 10 mm to Ad 28 mm, including diffusion-tight thermal insulation, approx. 21 m plus sheet metal sheathing in the outdoor area - 6 shut-off valves nominal widths Ad 10 mm to Ad 28 mm - 6 pieces of fire protection partition for refrigerant lines
Closing Date5 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part:
item 1)
nsn: 4330-01-597-3472
filter Separator Water
racor Fuel Filter
racor Fuel Filter Seperator Assembly. Two See Through Bowls With Protective Shields
and Selector Valve. Filter Rating 2 Micron. Port/ Connection Size: 3/4"-16
filter Being Used In The Separator Is 2010sm.
each Filter Shall Be Individually Packaged In Accordance With Mil-std-2073-1e Method
10, Cushioned In A Single Layer Of 3/4 In Bubble Wrap To Prevent Movment And Contact
damage And Packed In An Appropriately Sized Astm-d5118 Double-wall Fiberboard Box.
utilized On 87 Class Cutter
part Number: 75/500max
mfg: Parker Hannifin
quantity: 30 Each
individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Double Wall Fiberboard Box
each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology.
all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award.
delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-01 (jan 2025) 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 333998 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply.
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, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 06,2025 At 10:00 Am Eastern Standard Time. Email Proposed Price Quote To: Yvette.r.johnson@uscg.mil
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
__hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006)
(end Of Provision)
the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) 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 (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). 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
Closing Date6 Feb 2025
Tender AmountRefer Documents
BARANGAY DON ENRIQUE LOPEZ, MATI, DAVAO ORIENTAL Tender
Automobiles and Auto Parts
Philippines
Details: Description Del No. 01-2025 Republic Of The Philippines Province Of Davao Oriental City Of Mati Barangay Don Enrique Lopez Invitation To Bid Procurement Of Rescue Vehicle Name Of Project 1. The Lgu - Barangay Don Enrique Lopez, Through The Lgsf2 Fund Intends To Apply The Sum Of Two Million Pesos (php2,000,000.00) Being The Abc To Payments Under The Contract For Procurement Of Rescue Vehicle. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu - Barangay Don Enrique Lopez Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Days After The Receipt Of Purchase Order. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Quantity Unit Of Issue Item Description 1 Unit Rescue Vehicle Specification: Engine Type: 2.8 Diesel, 4-cylinder, 16- Valve Dohc Variable Nozzle Turbo With Air Cooled Intercooler Engine Displacement: 2,755 Cc Maximum Output: 204/3,400 Ps/rpm Fuel Capacity: 80l Overall Length: 2,325 Overall Width: 1,900mm Overall Height: 1,845mm Wheelbase: 3,085mm Seating Capacity: 5 Power Transmission: 6-speed Mt W/ Imt Front Brake/ Rear Brake: Ventilated Discs/ Drum Type Tires: 265/60 R18 Wheel (size): 18” Alloy 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Lgu - Barangay Don Enrique Lopez And Inspect The Bidding Documents At The Address Given Below During 8:00am - 12:00nn To 1:00pm - 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (p10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The City Government Of Mati Will Hold A Pre-bid Conference On January 16, 2025 At 10:00 Am At Bac Conference Room, Barangay Hall, Brgy. Don Enrique Lopez, City Of Mati, Province Of Davao Oriental, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, On Or Before January 28, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 28, 2025 At 10:00 Am At The Given Address Below Bac Conference Room, Barangay Hall, Brgy. Don Enrique Lopez, City Of Mati, Province Of Davao Oriental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu - Barangay Don Enrique Lopez Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: __________________________ - Head, Bac Secretariat Bids And Awards Committee Bids And Awards Committee Office, Barangay Hall, Barangay Don Enrique Lopez, City Of Mati, Province Of Davao Oriental 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph __________________________ Bac Chairperson Bill Of Quantities Item No. Scope Of Work Unit Quantity Unit Price Total Price 1. Rescue Vehicle Specification: Engine Type: 2.8 Diesel, 4-cylinder, 16- Valve Dohc Variable Nozzle Turbo With Air Cooled Intercooler Engine Displacement: 2,755 Cc Maximum Output: 204/3,400 Ps/rpm Fuel Capacity: 80l Overall Length: 2,325 Overall Width: 1,900mm Overall Height: 1,845mm Wheelbase: 3,085mm Seating Capacity: 5 Power Transmission: 6-speed Mt W/ Imt Front Brake/ Rear Brake: Ventilated Discs/ Drum Type Tires: 265/60 R18 Wheel (size): 18” Alloy Units 1 Total Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages);and ⬜ (b) Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And ⬜ (c) Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And ⬜ (d) Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents ⬜ (e) Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And ⬜ (f) Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And ⬜ (g) Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And ⬜ (h) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (i) Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents ⬜ (j) The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And ⬜ (k) The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents ⬜ (l) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or (m) Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope ⬜ (n) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (o) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (p) [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. ⬜ (q) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Date28 Jan 2025
Tender AmountPHP 2 Million (USD 34.1 K)
Municipal Affairs Department - MAD Tender
Works
Civil And Construction...+1Water Storage And Supply
Eprocure
Corrigendum : Corrigendum Added
India
Details: i) Geo-Technical & Hydro- geological Sub Surface Investigation, Surveying, Planning, Designing, Construction & commissioning of atleast. 5.0 meter dia. & required depth Radial Collector well with 250 mm dia & 300 mtr.(approx) long Infiltration Gallery with laying of LCG strainer pipe of minimum 8 mm thick including sub surface dyke to harvest 4.24 MLD raw water with 16 hours designing operation along with Pump House, Access & Pipe carrying Bridge at Subarnarekha along with 01(one) LT Station room for termination of WBSEDCL power source at vicinity of High Bank at Subarnarekha River (Kerwari), protection work at river bank, including construction of Pipe carrying Bridge with necessary Civil, Electrical (according to I.E. rules), Mechanical & all other allied works all complete. After satisfactory completion and commissioning, 3 (three) months trial run, necessary training of maintenance staff & thereafter (subsequently) 5 (five) years operation and maintenance with security /guarding arrangement and (ii)Laying of raw water rising main from intake well to CWR(D.I./K9 Pipes All types and Class) with all necessary fittings & valves for raw water rising main work, temporary road restoration works for vehicular movement and pillar carrying pipe line and Jack Pushing works for raw and clear water rising main work all complete and (iii)Construction of R.C.C Over Head Reservoirs(OHR) of 1000 cum & 600 cum capacity with 20 m Staging height per approved departmental design, drawing & Specification etc at zone – A & Zone – B including land development , approach road, internal drainage, boundary wall and Sal Bullah Piling etc and pipe line work and connection to the Distribution and inlet line all complete (iv) Surveying , Geo-Technical Investigation, Planning, Designing, Construction & Commissioning of 770 Cum. capacity Clear Water Reservoir with Pumping station, with Construction of weir with minimum 400 cum capacity sedimentation tank and Slow sand filter of area 1000 Sqm minimum, Chlorination treatment unit, ,land development ,approach road, internal drainage, and boundary wall including Electro- Mechanical works at Jhalda and all other allied works all complete. After satisfactory completion and commissioning, 3 (three) months trial run, necessary training of maintenance staff & thereafter (subsequently) 5 (five) years operation and maintenance with security /guarding arrangement within Jhalda Municipality under AMRUT 2.0 Project.
Closing DateCancelled
Tender AmountRefer Documents
Municipal Affairs Department Tender
Works
Civil And Construction...+3Consultancy Services, Water Storage And Supply, Civil And Architectural Services
Eprocure
India
Details: i) Geo-Technical & Hydro- geological Sub Surface Investigation, Surveying, Planning, Designing, Construction & commissioning of atleast. 6.0 meter dia. & required depth Radial Collector well with 250 mm dia & 300 mtr.(approx) long Infiltration Gallery with laying of LCG strainer pipe of minimum 8 mm thick including sub surface dyke to harvest 4.24 MLD raw water with 16 hours designing operation along with Pump House, Access & Pipe carrying Bridge at Subarnarekha along with 01(one) LT Station room for termination of WBSEDCL power source at vicinity of High Bank at Subarnarekha River (Kerwari), protection work at river bank, including construction of Pipe carrying Bridge with necessary Civil, Electrical (according to I.E. rules), Mechanical & all other allied works all complete. After satisfactory completion and commissioning, 3 (three) months trial run, necessary training of maintenance staff & thereafter (subsequently) 5 (five) years operation and maintenance with security /guarding arrangement and (ii)Laying of raw water rising main from intake well to CWR(D.I./K9 Pipes All types and Class) with all necessary fittings & valves for raw water rising main work, temporary road restoration works for vehicular movement and pillar carrying pipe line and Jack Pushing works for raw and clear water rising main work all complete and (iii)Construction of R.C.C Over Head Reservoirs(OHR) of 1000 cum & 600 cum capacity with 20 m Staging height per approved departmental design, drawing & Specification etc at zone – A & Zone – B including land development , approach road, internal drainage, boundary wall and Sal Bullah Piling etc and pipe line work and connection to the Distribution and inlet line all complete (iv) Surveying , Geo-Technical Investigation, Planning, Designing, Construction & Commissioning of 770 Cum. capacity Clear Water Reservoir with Pumping station, with Construction of weir, sedimentation tank and Slow sand filter , Chlorination system ,land development ,approach road, internal drainage, and boundary wall including Electro- Mechanical works at Jhalda and all other allied works all complete. After satisfactory completion and commissioning, 3 (three) months trial run, necessary training of maintenance staff & thereafter (subsequently) 5 (five) years operation and maintenance with security /guarding arrangement within Jhalda Municipality under AMRUT 2.0 Project.
Closing Date11 Feb 2025
Tender AmountRefer Documents
Uranium Corporation Of India Limited - UCIL Tender
Goods
Civil And Construction...+1Excavation
GEM
Corrigendum : Closing Date Modified
India
Description: BOQ ITEMS: Earth work in excavation in foundation trenches or drains 1.5 m in width or 10 Sqm on plan including dressing of sides and ramming of bottoms lift upto 1.5m including getting out the excavated soil and disposal of surplus excavated soil . All kinds of soil, Earth work in excavation in foundation trenches or drains 1.5 m in width or 10 Sqm on plan including dressing of sides and ramming of bottoms lift upto 1.5m including getting out the excavated soil and disposal of surplus excavated soil . Ordinary rock., Filling available excavated earth excavated rock in trenches plinth sides of foundations etc. in layers not exceeding 20cm in depth consolidation each deposited layer by ramming and wateringlead up to 50m and lift upto 50m and lift up to 1.5m., Supplying and filling in plinth with sand under flours including watering raining considalation and dressing complete., Providing and laying in position cement concrete of specified grade excluding the cost of contering and shuttering- All work upto plinth level 1 isto 3 isto 6 1 cement 3 fine sand 6 graded stone aggregate 20 min nominal size Cement will be issued free of cost from Turamdih centrak store or Mohuldih departmental store., Reinforced cement concrete work in floor roof slab beam walls any thickness plinth and stiring courses fillets columns pillars piers abutments posts and struts etc and all types of works upto floor five level excluding cost of centering shuttering 1 isto 1.5 isto 3 Cement 1 5 coarse sand 3 graded stone aggregate 20 mm nominal size, Centering shuttering including removal of form work for all tyoes of work for providing and fixing straight shuttering. Foundation foooting bases of columns etc., Centering shuttering including removal of form work for all tyoes of work for providing and fixing straight shuttering. Suspended floorsroofslandingbakaniesshelves etc., Providing hoisting and fixing up to floor five level precast reinforced cement concrete 1 isto 2 isto 4 1 cement 2 coarse sand 4 graded stone aggregate 20mm nominal size, Reinforcement for RCC work including straighting cuttingbending placing in poistion and binding all complete Hot rolled deformed bars or TMT bars., Add or deduct for plaster drip course in plastered surface or moulding to R.C.C projections size 1by2 inch into 1by2 inch., Brick work with F.P.S bricks of class designation 75 in foundation and plinth in cement moral 1 isto 6 1cement 6 corse sand. for all types of works., Brick work with F.P.S bricks of class designation 75 in foundation and plinth in cement moral 1 isto 6 1cement 6 corse sand. Do in superstructure for all tyoes of works., Random rubble with hars stone in foundation and plinth including leveling up with cement concrete 1 isto 6 isto 12 1cement 6 corse sand 12 graded stone aggregate 20mm nominal size at plinth level with cement mortar 1.6 1 cement 6 cparse sand., Providing and fixing ISI marked flush door shutters confirming to IS 2202 PartI decorative type core of black board construction with frame of 1st class hard wood and well matched teak 3 ply vennering with vertical grains or cross bands and face veneers on bioth faces of shutters 35 mm thick., Providing and fixing ISI marked M.S pressed butt hingers bright finished with necessary screws etc complete 125 x 652.12mm, Providing and fixing ISI marked oxidised M.S sliding doors bolts withnuts and screws etc. complete 300 x 16mm, Providing and fixing ISI marked oxidised M.S tower bolt black finish Barrel type with necessary screws etc completed 250x10mm, Providing and fixing ISI marked oxidised M.S handles confirming to IS 4992 with necessary screws etc. completed 125 mm, Providing and fixing bright finished brass casement window fastener with necessary screws etc. complete, Providing and fixing bright finished brass casement stays Straight peg type with nevessary screws etc. completed 300 mm weighing not, Providing and fixing to existing door reinforced plastic FRP panelled door shutter of required and approved brand and manufacutred made with fire retardant grade unsturated polyester resin molded to 3 mm thick FRP laminated for forming holloe rails and styles with wooden frame and suitable blocks of seasoned wood inside at required placed for fixing of fittings cast monolithically with 5mm thick FRP laminate for panels and confirming to IS 14856 2000 including fixing to frames., Structural steel work riveted bolts or welded in built up sections truses and framed including cutting hosting fixing in position steel primer all complete., Providing and fixing 1 mm thick M.S steel cloor with frame of 40 x 40 x 6mm angle iron and 3mm M.S gassed plates at the juctions and corners all necessery fitting complete including applying a priming coat of approved steel primer. Using M.S angles 40x40x6mm for diagonal braces, Providing and fixing factory made ISI marked glazed doors windows and ventilatiors side or top or centre hung with beading and all memebers such as K11 B and K 12 B etc. Completed of standard rolled steel sections joints mitred and flash but welded and sash bars tenoned and riverted with 15 x 3mm lugs10cm long embeded in cement concrete blocks 15x10x10 cm of 1 isto 3 isto 6 1 cement 3 coarse sand 6 graded stone aggregate 20mm nominal size or with wooden plugs and screws or rawl plugs and screws or with fixing crips or with bolts and nuts as required including providing and fixing of hinges pivots floats glass panes with glazing clips and special metal sash putty of aproved make and a priming coat of approved steel primer excluding the cost of metal beading and other fittings except necessary hinges or pivots complete as per approved design and as per the directon of EIC, Providing and fixing 1st quality ceramic glazed wall tiles conforming to IS 15622 thickness to be specified by the manufacture of approved make in all clour shades except burgundy bottle green black of any size as approved by Engineer incharge in skirting risers of steps and dados over 12mm thick bed of cement mortar 1isto3 at the rate 3.3 kg per sqm including pointing in white cement mixed with pigment of machine shade complete., Providing and laying vitrified glazed ceramic floor tiles 300x 300 mm or more thickness to be specified by the manufacturer of 1st quality conforming to IS 15622 of approved make in colours white ivory grey fume red brown laid on 20mm thick cementincluding grouting the jpints with white cement and matching pigment etc. complete., Cement plaster skirting Upto 30cm height with cement mortor 1 isto 3 isto 9 cement 3 coarse sand finished with a floating coat of neat cment 3 mm thick., Cement concrete flooring 1isto2isto4 1 cement 2coarse sand 4 graded stone aggregate finished with floating coat of next cement including cement slurry but including the cost of nosing of steps etc. complete.40 mm thick with 20mm nominal size stone aggregate., Providing and fixing on wall face unplasticised rigid PVC rain water pipes conforming to IS 13592 Type A including jointing with seal ring conforming to IS 5382 leaving 10mm gap for thermal expansion i single socked pipes 110 mm diameter., Providing 15mm thick cement plaster 1 isto 6 1 cement 6 fine sand., 6mm cement plaser to celling of mix 1 isto 3 1 cement 3 fine sand, Neat cement punning, White washing with line on new work three or more coats to give an even surface., Finishing walls with testured exterior paint make Berger 7 yr) weather coat or required shade. On New work (Two or more coats applied at the rate 3.28 ltr per 10 Sqm over and including base coat of water proofing cement paint applied at the rate 2.20 Kg per 10 Sqm., Painting with 1st quality synthetic enamel paint make Asian or Berger or of approved brand and manufacture of required colour to give and even shade. Two or more coat of suitable shade with ordinary paint of approved brand and manufacture., Making plinth protection 50mm thick of cement concrete 1isto3isto6 1 cement 3 coarse sand 6 graded stone aggregate 20 mm nominal size over 75mm bed by dry brick ballast 40mm nominal size grouted with fine sand including finishing the top smooth., Dry brick pitching hair brick thick in drain including supply of bricks and preparing the surface complete with F.P.S bricks of class desigantion 7.5, Providing and fixing water closet squatting pan Indian type W.C pan with 100mm sand cast iron P or S trap10 litre low level white P.V.C flushing cistern with manually controlled device handle lever conforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required white viteous china orissa pattern W.C pan of size 580 x440mm with integral tyoe foot rests., Providing and fixing white vitreous china flat back or wall corner tyoe liped front urinal basin of 430x260x350mm and 340 x410x260mm sizes respectively with automatice flushing cistern with standard flush pipe and C.P brass spreaders with brass unions and G.I clamps complete including painting of fittings and brackets cutting and making good the walls and floors wherever required. One urinal basin with 5 liter white P.VC automatic flushing cistern., Providing and fixing P.V.C low level flushing cistern with manually controlled device handle level conforming to IS 7231 with all fittings and fixtures complete. 10 liter capacity white., Providing and fixing wash basin with C.I brackets 15mm C.P brass pillar taps 32mm CP brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever required. White vitreous china wash basin size 630x450mm with a single 15mm C.P brass pillar tap., Providing and fixing 100mm sand cast iron grating for gully trap., Providing and Fixing rectangular shape 453 x 357 mm mirror of superior glass and of required shape and size with plastic moulded frame of approved make and shade with 6mm thick hard boarding complete as per the direction of E.I.C, Provifding and fixing PVC Soil pipe 100 mm dia., providing and fixing CP towl rail completed with brackets fixed to wooden cleats with CP brass screws with concealed fitting arrangement of approved qulaity and colour 450mm long towel rail with total length of 495mm 78mm wide and effective height of 88mm weighing not less than 170gms., Providing and fixing 1by2inch brass ISI marked bib cock & stop cock ISI., providing and fixing GI pipes complete with GI fitting including trenching and refilling etc. 15 mm dia nominal bore., providing and fixing GI pipes complete with GI fitting including trenching and refilling etc. 20mm dia nominal bore., providing and fixing GI pipes complete with GI fitting including trenching and refilling etc. 25mm dia nominal bore., providing and fixing GI pipes complete with GI fitting including trenching and refilling etc. 40mm dia nominal bore., providing and fixing GI pipes complete with GI fitting including trenching and refilling etc. 50mm dia nominal bore., Provind and fixing of super zinc colour coated steelcrafazoial or profile tiles colour coated steel sheet a corrugated sheet upto 60m pitch., Provind and fixing of pre coated galvanised steel sheet roofing accessories 0.50 mm plus or minus 5 percent total coated thickness TCT thick zinc coating 120grams as per IS 277 in 240 mpa steel grade 5to7 microns epoxy primeier on both side of the steel and polister of coat 15to18 microns using self drilling self tapping screws or with polymer coated J or L hooks bolts and nuts and or GI seam bolts and nuts. GI plane and Bitumen washers complete. Rigidis 500to600mm, Provind and fixing C.P brass bib cock of approved quality confirming to IS 8931. 15mm nominal bore., Provind and fixing C.P brass stope cock of standard design and of approved confirming to IS 8931 15 mm nominal bore, Provind and fixing gate valve GM 25 mm., Provind and fixing gate valve GM 50 mm., Provind and fixing brass stope cock of approved quality 25 mm nominal bore., Provind and fixing hydraulic door closer, Provind and fixing 15mm dia PVC connector, Providing and fixing glazed stone ware pipe or fume pipe 150 dia, PCC 1 isto 5 isto 10 for stone wire pipes 150 mm dia., Making soak pit 2.5m diameter 3.00meter deep with 45x45 cm dry bricks honey comb shaft with bricks of clas designation 75 and S.W drain pipe 100mm dia meter 1.8 meter long complete as per standard design with F.P.S bricks, Renewal old glass puttyof galss paines Length and painting the same, Renewwing glass panes 4 mm thick with putty and nails
Closing Date10 Jan 2025
Tender AmountINR 1.2 Million (USD 14.1 K)
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Details: Sources Sought
for
bash Scare Wars System – Quarterly Service/maintenance Technician (guam)
this Is A Market Research/sources Sought Notice Seeking Information Only. This Is A Sources Sought Announcement Only Seeking Responses In Order To Determine Participation In This Acquisition. This Is Not A Solicitation/request For Proposal. This Should Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach Or Otherwise Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice.
the Contractor Will Provide Quarterly Maintenance On Bird Aircraft Strike Hazard (bash) System Equipment As Specified In Salient Characteristics, To Include Direct Delivery To Andersen Air Force Base, Guam.
salient Characteristics:
1. Overview:
a. Maintenance Technician Trained And Certified On The Reed-joseph Scare Wars System Will Be Required To Ensure That All Equipment Is In Proper Working Order. Maintenance Technician Will Perform Quarterly Maintenance Inspections On The Complete Scare Wars Systems At Andersen Air Force Base To Include Performance Of Remote Radios, Testing Solar Panels For Proper Output, Verifying Charging Regulator, Battery Inspection, Checking Fuses And Wiring, Checking Hoses And Solenoids For Leaks And Corrosion, Lubricating All Bearings, And Will Ensure That All Lp Gas Cylinders Are Filled To Capacity For 1 Year.
2. Service/maintenance:
a. Remote Bird Deterrent Units:
check Remote Radios For Frequency Drift And Overall Performance
load Test Solar Panels For Proper Output
verify Charging Regulator Operation
battery Inspection:
check Hoses And Solenoid Valve For Leaks Or Corrosion
check Fuses And Wiring
scare Away Lp Gas Cannons:
check All Components
check Sparking Assembly
check Rotomat Rotating Platforms For Loose Or Worn Parts Lubricate Cannons And Rotomats
check Lp Gas Cylinders And Refill As Required
distress Cry Generators:
check All Components For Proper Operation
check Fuses And Wiring
the Anticipated Naics Code Is 811310, Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance.
this Sources Sought Is Issued Solely For Information And Planning Purposes Only And Is Not A Request For Proposals Or Quotes (rfp Or Rfq) Or An Obligation On The Part Of The Government To Acquire Any Services. Responses To This Sources Sought Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. The Government Reserves The Right To Determine How It Should Proceed As A Result Of This Notice. Furthermore, Those Who Respond To This Sources Sought Should Not Anticipate Feedback With Regard To Its Submission. The Government Will Not Pay Any Cost Incurred In Response To This Sources Sought. All Costs Associated With Responding To This Sources Sought Will Be Solely At The Responding Party's Expense. The Information Provided In This Sources Sought Is Subject To Change And Is Not Binding On The Government. Please Carefully Review The Attachments And Respond According To The Directions Stated Below. Documentation Of Technical Expertise And Capability Must Be Presented In Sufficient Detail For The Government To Determine That Your Company Possesses The Necessary Functional Area Of Expertise, Certification, Authorization And Experience To Compete For This Acquisition. It Is Imperative That Business Concerns Responding To This Notice Articulate Their Capabilities Clearly And Adequately. Responses To This Notice Are Strictly Voluntary.
please Include The Following In Your Response:
name Of Company
primary Poc (point Of Contact)
institution Or Organization Affiliation
email Address
phone Number
company's Business Size And Cage/uei Codes
any Existing Or Pertinent Certifications, Trainings, Etc.
do Not Include The Following In The Response:
do Not Submit Formal Proposals Or Offers;
do Not Submit Requests To Be Considered For Award Or To Be Notified Of A Future Solicitation;
do Not Submit Requests To Be Added To A Mailing Or Distribution List;
do Not Submit Questions Or Comments Not Related To This Sources Sought;
do Not Respond Via Telephone.
how To Submit Responses:
submit The Required Information To Ms. Crystal Pryde, Contract Specialist, And Ms. Elena Gifford, Contracting Officer, At Elena.gifford.1@us.af.mil.
please Include "sources Sought: Bash Scare Wars System – Quarterly Service/maintenance Technician" In The E-mail Subject Line.
if You Have Any Questions Regarding This Sources Sought, Please Submit Them Via E-mail.
the Sources Sought Closing Date Is 22 December 2025, At 1100 Am Chst.
contracting Office Address:
unit 14040
andersen Afb, Guam 96543
fob Destination:
andersen Afb
yigo, Guam 96929
Closing Date22 Jan 2025
Tender AmountRefer Documents
SANTA ROSA NE WATER DISTRICT Tender
Others
Philippines
Details: Description Republic Of The Philippines Santa Rosa (ne) Water District Santa Rosa – Fort Magsaysay Road, Brgy. Rizal, Santa Rosa, Nueva Ecija Invitation To Bid For Supply And Delivery Of 840 Pieces ½ Inch Volumetric Cold Water Meter With Two Pieces Tailpiece And Calibration Certificate 1. The Santa Rosa (ne) Water District (srwd), Through The Corporate Budget Approved By The Board Of Directors Intends To Apply The Sum Of Two Million Two Hundred Twenty-six Thousand Pesos (php 2,226,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of 840 Pieces ½ Inch Volumetric Water Meter, With Two Pieces Tailpiece And Calibration Certificate. Specification: - 15mm Volumetric Cold Water Meters - With Iso 4064-1 2024 - Meter Body Manufactures With Copper Alloy No Less Than 57% Copper - Meter's Measuring Chamber Equipped With Strainer - Meter Supplied With Non-return Valve, With Maximum Working Temperature @ 50 Deg. C. - With Two Tailpieces - With Calibration Certificate Terms And Conditions: Staggered Delivery Upon Receipt Of Purchase Order (p.o). Upon Receipt Of Po, Delivery Must Be Within Seven (7) Calendar Days. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Srwd Now Invites Bids For The Supply And Delivery Of 840 Pieces Volumetric Cold Water Meter ½ Inch, With Two Tailpiece And Calibration Certificate. Delivery Of The Goods Is Required 7 Days After The Receipt Of Notice To Proceed. Bidders Should Have Completed, Within 10 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From Srwd And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8 Am To 5 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From January 20 To 12:00 Noon Of February 10, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than 12:00 Noon Of February 10, 2025. 5. The Srwd Will Hold A Pre-bid Conference On January 29 At 2 O’clock In The Afternoon At The Address Indicated Below. Bidders Are Required To Attend Pre-bid Conference And Conduct Product Presentation And Submit Sample/ Samples Of Product. Failure To Conduct Presentation Is A Ground For Disqualification. 6. Bids Must Be Delivered To The Address Below On Or Before 12:00 Noon Of February 10, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On February 10, 2025, At 2 O’ Clock In The Afternoon At Srwd Office Santa Rosa – Fort Magsaysay Road Brgy. Rizal, Santa Rosa Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Srwd Reserves The Right To Accept Or Reject Any Bid, To Annul 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. 8. For Further Information, Please Refer To: Ms. Armie B. Tuazon Santa Rosa (ne) Water District Santa Rosa – Fort Magsaysay Road, Brgy. Rizal Santa Rosa Nueva Ecija 0908-814-5758 E-mail : Bac@santarosawater.gov.ph
Closing Date10 Feb 2025
Tender AmountPHP 2.2 Million (USD 38.3 K)
Department Of National Defence Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Canada
Details: The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At Cfb Esquimalt And Cfb Halifax. Item 1, Gsin: 6110, Nsn: 99-7296313, Contactor, Magnetic Part No.: B32601, Ncage: K0738 Part No.: 2f210-1 + 2/2 Rh, Ncage: K0738 Part No.: A32365 Item 27 , Ncage: K0738 Quantity: 7, Unit Of Issue: Ea , To Be Delivered To Cfb Esquimalt. Item 2, Gsin: 6110, Nsn: 99-7296313, Contactor, Magnetic Part No.: B32601, Ncage: K0738 Part No.: 2f210-1 + 2/2 Rh, Ncage: K0738 Part No.: A32365 Item 27 , Ncage: K0738 Quantity: 7, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item3, Gsin: 5945, Nsn: 99-7225296, Relay, Electromagnetic Part No.: Tlfx, Ncage: U1528 Quantity: 6, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 4, Gsin: 5945, Nsn: 99-7225296, Relay, Electromagnetic Part No.: Tlfx, Ncage: U1528 Quantity: 6, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 5, Gsin: 4720, Nsn: 99-7301452, Tubing, Nonmetallic Part No.: 670-08-152, Ncage: K6451 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 6, : Gsin: 4720, Nsn: 99-7301452, Tubing, Nonmetallic Part No.: 670-08-152, Ncage: K6451 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 7, Gsin: 9150, Nsn: 99-2205612, Damping Fluid Part No.: 9956-1, Ncage: K1409 Part No.: Dtd5581, Ncage: K0379 Quantity: 4, Unit Of Issue: Bot, To Be Delivered To Cfb Esquimalt. Item 8, Gsin: 9150, Nsn: 99-2205612, Damping Fluid Part No.: 9956-1, Ncage: K1409 Part No.: Dtd5581, Ncage: K0379 Quantity: 4, Unit Of Issue: Bot, To Be Delivered To Cfb Halifax. Item 9, Gsin: 5330, Nsn: 99-7602120, Gasket Set Part No.: Jt22254-104, Ncage: U8616 Part No.: Cj-128625, Ncage: U2164 Quantity: 8, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 10, Gsin: 5330, Nsn: 99-7602120, Gasket Set Part No.: Jt22254-104, Ncage: U8616 Part No.: Cj-128625, Ncage: U2164 Quantity: 12, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 11, Gsin: 5920, Nsn: 99-0590120, Fuse, Cartridge Part No.: 059-0120, Ncage: K0647 Part No.: 27380-077, Ncage: K1159 Part No.: 42131-070-00-7, Ncage: Kc1m9 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 12, Gsin: 5920, Nsn: 99-0590120, Fuse, Cartridge Part No.: 059-0120, Ncage: K0647 Part No.: 27380-077, Ncage: K1159 Part No.: 42131-070-00-7, Ncage: Kc1m9 Quantity: 50, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 13, Gsin: 5920, Nsn: 99-0119925, Fuse, Cartridge Part No.: L693-10, Ncage: K0059 Part No.: 043-11113/06-fs3, Ncage: K7596 Part No.: 17-00006-005, Ncage: K0268 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 14, Gsin: 5920, Nsn: 99-0119925, Fuse, Cartridge Part No.: L693-10, Ncage: K0059 Part No.: 043-11113/06-fs3, Ncage: K7596 Part No.: 17-00006-005, Ncage: K0268 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 15, Gsin: 5920, Nsn: 99-0590115, Fuse, Cartridge Part No.: B22969, Ncage: K0967 Quantity: 50, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 16, Gsin: 5920, Nsn: 99-0590115, Fuse, Cartridge Part No.: B22969, Ncage: K0967 Quantity: 50, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 17, Gsin: 3110, Nsn: 99-9500077, Bearing, Ball, Annular Part No.: 6305cn, Ncage: K7182 Part No.: 105e7065b, Ncage: U1980 Part No.: 2100/13, Ncage: Kb256 Quantity: 16, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 18, Gsin: 3110, Nsn: 99-9500077, Bearing, Ball, Annular Part No.: 6305cn, Ncage: K7182 Part No.: 105e7065b, Ncage: U1980 Part No.: 2100/13, Ncage: Kb256 Quantity: 16, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 19, Gsin: 6110, Nsn: 99-7440571, Panel, Control, Electrical-electronic Equi Part No.: Ssks001959, Ncage: Kc6k3 Quantity: 2, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 20, Gsin: 6110, Nsn: 99-7440571, Panel, Control, Electrical-electronic Equi Part No.: Ssks001959, Ncage: Kc6k3 Quantity: 2, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 21, Gsin: 2040, Nsn: 99-2529309, Leading Edge, Acoust Part No.: 2040-99-252-9309, Ncage: Ka352 Quantity: 200, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 22, Gsin: 2040, Nsn: 99-2529309, Leading Edge, Acoust Part No.: 2040-99-252-9309, Ncage: Ka352 Quantity: 200, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 23, Gsin: 5305, Nsn: 99-1924428, Screw, Cap, Socket Head Part No.: Ssk/m/112/90/0001 Sheet 019 Issu, Ncage: K6451 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 24, Gsin: 5305, Nsn: 99-1924428, Screw, Cap, Socket Head Part No.: Ssk/m/112/90/0001 Sheet 019 Issu, Ncage: K6451 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 25, Gsin: 4820, Nsn: 99-2389119, Parts Kit, Valve Part No.: 808-a1-4-d-1-a-2 , Ncage: K9077 Part No.: 808-a1-4-d-1-a-2, Ncage: L6427 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 26, Gsin: 4820, Nsn: 99-2389119, Parts Kit, Valve Part No.: 808-a1-4-d-1-a-2 , Ncage: K9077 Part No.: 808-a1-4-d-1-a-2, Ncage: L6427 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 27, Gsin: 5310, Nsn: 99-8845932, Nut, Plain, Castellated, Hexagon Part No.: Qca/ssk/m/100/40/0002/202, Ncage: K2516 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 28, Gsin: 4720, Nsn: 99-5313472, Tubing, Nonmetallic Part No.: Rl504, Ncage: K7053 Part No.: Cmd151688, Ncage: K7053 Part No.: U4629101, Ncage: 38655 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 29, Gsin: 4720, Nsn: 99-5313472, Tubing, Nonmetallic Part No.: Rl504, Ncage: K7053 Part No.: Cmd151688, Ncage: K7053 Part No.: U4629101, Ncage: 38655 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Ncage They Are Offering. This Procurement Is Subject To The Controlled Goods Program. The Defence Production Act Defines Canadian Controlled Goods As Certain Goods Listed In Canada’s Export Control List, A Regulation Made Pursuant To The Export And Import Permits Act (eipa). The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date9 Jan 2025
Tender AmountRefer Documents
INDIAN HEALTH SERVICE USA Tender
Civil And Construction...+2Pipe Line Project, Water Storage And Supply
United States
Details: This Sources Sought Notice Is For Informational Purposes Only And Shall Not Be Construed As A Solicitation, Obligation, Or Commitment By The Albuquerque Area Indian Health Service (ihs). This Notice Is Intended Strictly As A Request For Information To Determine If An “indian Small Business Economic Enterprise (isbee) Set-aside (specific To Department Of Interior And Indian Health Service) Or A “total Small Business Set-aside” Can Fulfill The Requirements Set Forth Below.
in Accordance With The Buy Indian Act, 25 U.s.c. 47, The Indian Health Service Must Give Preference To Indian Economic Enterprises (iee), When Authorized And Practicable.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
the Albuquerque Area Indian Health Service Is Conducting A Market Research Survey To Help Determine The Availability Of The Following Service:
1.naics Code: 237110 - Water And Sewer Line And Related Structures Construction
A. If A Different Naics Code Is Suggested, Please Include The Proposed Naics Code And Rationale.
2.description: The Albuquerque Indian Health Center’s Potable Water Services Is Provided By The Albuquerque Bernalillo County Water Utility Authority (abcwua). The Work Consists Of Replacng The Rusted Piping, Fittings, Valves, And Backflow Preventer Station. Aihc Is Located At 801 Vassar Drive Ne, Albuquerque, Nm 87106.
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
responses To This Notice Should Include The Following:
1.) Company Name And Unique Entity Identifier (uei) To Confirm Company Is Registered In The System For Award Management (sam) At Https://www.sam.gov.
2.) Company’s Business Size For The Naics Code Listed Above, Including: Historically Underutilized Business (hubzone); Indian Small Business Economic Enterprise (isbee); Small Business; Service-disabled Veteran-owned Small Business (sdvosb); Small Disadvantaged Business (sdb); And/or Woman-owned Small Business (wosb).
3.) Attached Form Titled "ihs Iee Representation Form", And Check “does” Or “does Not” Meet The Definition Of An Iee. This Information Is Utilized To Collect Data.
4.) Capability Statement And/or Product Brochure And/or Any Applicable Past Performance Information That Demonstrates That The Supplies, Equipment, Or Services Can Be Provided By Your Company.
please Submit All Requested Information To Shandiin Dewolfe Via E-mail: Shandiin.dewolfe@ihs.gov By January 14th, 2025 At 5:30 Pm Mst.
automated Responses Or Other Responses That Do Not Provide The Requested Information Specified In This Sources Sought Notice Will Be Noted As Non-responsive And Not Considered In This Market Research.
Closing Date15 Jan 2025
Tender AmountRefer Documents
7891-7900 of 8126 archived Tenders