Valve Tenders

Valve Tenders

Trento Agusan Del Sur Tender

Automobiles and Auto Parts
Philippines
Details: Description Notice To Bidders Sealed Proposals Plainly Marked "proposal For Supply/delivery Of Spare Parts For Replacement Of Damage Spare Parts For Various Vehicle (pr# 2025-01-0044). Subject To The Terms And Conditions Set Forth In The Updated Irr Of Ra 9184 Under "goods", Sealed Bids Will Be Received In The Office Of Bids And Awards Committee, This Municipality On Or Before 10:00am, February 18, 2025 And Thereafter Publicly Opened In The Presence Of The Members Of The Bac, Observers And Bidder's Representatives. Avanza Pp3 D350 3 Pcs Oil Filter 1 Pc Battery 9 Plates 3 Pcs Fuel Filter 1 Set Brake Pad 1 Set Brake Shoe Adventure Shf 167 4 Pcs Bulb 12 Volts 1 Pc Flasher 12 Volts 4 Pcs Rocker Arm Exh. 4 Pcs Rocker Arm Int. 1 Pc Rocker Arm Shaft 1 Pc Aircon Belt Mz690609 1 Pc Timing Belt A 1 Pc Timing Belt B 1 Pc Aircon Belt 4 Pcs Fuel Filter Fc-321 1 Pc Belt 2 Pcs Alternator Belt 6 Pcs Tubeless Tire 185 X R14 1 Set Brake Pad 1 Pc Hose Aps 1 Set Tie Rod End 2 Pcs Stabilizer Bushing 2 Pcs Shock Absorber Front 10 Pcs Bushing Link 2 Pcs Leaf Spring Assy. 1 Set Barke Shoe Aps 1 Pc T/gate Handle 4 Pcs Strat Bar Bushing 6 Pcs Wheel Bolt W/nut 2 Pcs Bolt 10x65 Nc W/nut Innova P6 U756 2 Pcs Wiper Blade 4 Pcs Oil Filter C-111 4 Pcs Fuel Filter F-197 4 Pcs Tire 205/65 R16 Ptv Ambulance 150105 2 Pcs Bumper Lump L/r Hilux Healt Center 2 Pcs Head Light Valve Hi-ace P6 F390 1 Set Brake Pad Ford Ranger Nfd 7351 1 Pc Fan Belt 7pk Gates Type 2 Pcs Fuel Filter 2 Pcs Oil Filter Ford Ranger Nex 4128 2 Pcs Fuel Filter 2 Pcs Oil Filter 2 Pcs Back Rest Raptor C5 T131 4 Pc Tire 285/70 R17 Everest Ngp 9015 4 Pcs Tire 265/50 R20 Montero Sgc 418 2 Pcs Ball Joint, Upper 2 Pcs Ball Joint, Lower Dt Mrf Nal 9737 1 Pc Activator Cable 10 Pd 1 Pc Brake Foot Valve 1 Pc Clutch Lining Assy Elf White Nfo06253 4 Pc Thermostat 4 Pcs Tire 235/75 R15 Foton Dropside 152403 1 Pc Release Bearing 1 Pc Clutch Disc Ambulance Nissan 1 Set Emergency Light Dump Truck Green Sgx 150 2 Pcs Cross Joint 1 Pc Clutch Pressure Plate 1 Pc Release Bearing Dump Truck Shy 966 2 Pcs Tail Light Assy 2 Pcs Hydrauvac Assy. 1 Set King Pin Kit 10 Pcs Rubber Cup 1 Pc Leaf Spring 4 Sets Tire 10:00 X 20 Lug 2 Sets Tire 10:00 X 20 Miller Dump Truck Saa 5424 1 Pc Drag Link Assy. 2 Pcs Tail Light Assy 1 Pc Selector Cable 2 Pcs Brake Shoe Master Bonding 1 Pc Oil Filter C-503, Primary 1 Pc Oil Filter C-305, Secondary 1 Pc Fuel Filter Fc-317 8 Pcs Wheel Bolt Uni. Rr Left Side 2 Pcs Tail Light Assy 1 Pc Clutch Plate Aps 1 Set Drag Link Head 8 Pcs Wheel Bolt Universal 4 Sets Tire 10:00 X 20 Lug 2 Sets Tire 10:00 X 20 Miller Dump Truck Skj 873 1 Pc Oil Filter C-509a 1 Pc Oil Filter C-510a 1 Pc Pinion Bearing Inner 1 Pc Pinion Bearing Outer 1 Pc Pilot Bearing 10 Pcs Rubber Cup 1 Pc Pinion Oil Seal 2 Pcs Oil Seal 1 Pc Propeller Flange 4 Pcs Propeller Bolt 2 Pcs Clamp Type 1 Pc Clutch Disc W/lining 1 Set Grease Pump Assy. W/acc. 4 Pcs Wheel Cylinder, Front 4 Pcs Wheel Cylinder, Rear 1 Set Brake Shoe, Front 1 Set Brake Shoe Rear 1 Pc Car Fan 8 Pcs Hub Bolt W/nut, Rr/rh 8 Pcs Hub Bolt W/nut, Rr/lh 2 Pcs Shock Absorber 1 Pc Air Filter 2 Pcs Shock Absorber Front 2 Pcs Shock Absorber Rear 1 Set Water Pump Assy. 1 Pc Clutch Disc Assy. Backhoe Volvo 1 Pc Hydraulic Cylinder Build Up Machining 1 Set Hydraulic Packing Arm Cylinder 1 Pc B.u Bushing Compactor Bomag 26 Pcs Cable Tie Big Hd Self Load 10 Wheeler 8 Pcs Stud Bolt 14x80 W/nut 10 Pcs Oil Seal Dump Truck 10w Red Cut 8 Sets Tire 12.00 X 20 Lug 2 Sets Tire 12.00 X 20 Miler 2 Pcs Fuel Water Separator Primary,aps 2 Pcs Fuel Water Separator Secondary 4 Pcs U-bolt 20x92x75 2 Pcs Center Bolt 14x240 1 Pc Handle Bar 6 Pcs Relay 24v, 20 Amps 1 Pc Acc. Cable 122" 1 Pc Magnetic Air Horn Switch 6 Pcs Wheel Bolt,rr 3 Pcs Wheel Bolt 2 Pcs Tire Valve Dump Truck 10 Wheeler Isuzu 1 Pc Dump Cable Assy. Aps 2 Pcs Bolt Hook 2 Pcs Tail Light Assy 1 Pc Towing Hook, Aps 2 Pcs Towing Hook Bolt, Aps 10 Mtrs Welding Cable 1 Pcs Welding Holder 8 Sets Tire 12r X 20 Lug 2 Sets Tire 12r X 21 Miler 1 Set Tire Wrench 33x38 1 Pc Fuel Filter Fc-321 1 Pc Oil Filter C-412 1 Pc Oil Filter C-1516 1 Pc Fuel Filter F-1503 Payloader 2 Pcs Fuel Filter Human Lifter 1 Pc Oil Filter Do-568 1 Pc Fuel Filter O-6740 Backhoe Loader 1 Set Packing 2 Set Fuel Filter Fs1212
Closing Date5 Feb 2025
Tender AmountPHP 1.9 Million (USD 34.1 K)

Municipality Of Glan, Sarangani Province Tender

Civil And Construction...+2Construction Material, Furnitures and Fixtures
Philippines
Details: Description 111 Bags Portland Cement 7.50 Cu.m. Washed Sand (silway Source) 9.50 Cu.m. Screened Gravel (maribulan Source) 111 Lengths 10 Mmø X 6m Deformed Bars 9 Lengths 9 Mmø X 6m Deformed Bars 4.50 Kgs. G.i. Tie Wire, #16 2 Sheets 10mm Thk. Ordinary Plywood 52 Bd.ft. 13pcs - 2" X 2" X 12' Coco Lumber 14 Kgs. Assorted Cw Nails 322 Pcs 4" X 8" X 16" Chb ( Non-load Bearing) 10 Lengths 0.5mm Thk X 32mm X 52mm X 3.0m Metal Stud 12 Sheets 3.5mmthk X 4' X 8' Thk Cement Board 0.50 Kgs. Concrete Nails, 2" 3 Box Blind Rivets, 5/32" X 3/4" 4 Pcs Drill Bit 5/32" Ø 5 Sheets 3/4" Thk. X 4' X 8' Marine Plywood 8 Sheets 1/2" Thk. X 4' X 8'marine Plywood 2 Sheets 5mm Thk. X 4' X 8' Marine Plywood 2 Sheets 1/2" Thk. X 4' X 8' Ordinary Plywood 26.67 Bd.ft. 8 Pcs - 2" X 2" X 10' G-melina Lumber Or Equivalent 56 Bd.ft. 21 Pcs - 2" X 2" X 8 G-melina Lumber Or Equivalent 13 Pairs 3" X 3" Cabinet Hinge 19 Pcs 6" Cabinet Handle 18 Pairs Concrete Hinge, 3" X 3" 4 Packs Stikwel, 250grams/pack 2 Pcs Drill Bit, 8mmø 3 Pcs Drill Bit , 1/2"ø 3 Sheets Sand Paper, #120 2 Kgs. Finishing Nails 16 Bags Washed Sand (silway Source) 3 Bags Screened Gravel (maribulan Source) 30 Pcs 30cm X 30xm Glazed Tiles 3 Length 1/2"ø X 3.00m Pvc Blue Pipe 2 Pcs 1/2" Ø Pvc Blue Male Adaptor 1 Pc. 1/2" Ø Pvc Faucet 1 Pc. 1/2" Ø Pe Female Elbow 1 Pc. 3/4" Ø X 1/2" Ø Pe Coupler Reducer 11 Lengths 2"ø X 3.00m Pvc Pipe 2 Pcs 2"ø Pvc Elbow 1 Pc. 4" X 4" Floor Drain 2 Pairs 4" X 4" Hinges 1 Pc. Door Handle, 4" 1 Sheet 1/2" Thk X 4' X 8' Phenolic Board 1 Set Barrel Bolt With Hasp Lock, 2 1/2" 3 Liters Flat Latex Paint (white) 3 Liters Gloss Latex Paint (white) 1 Can 0.25l Tinting Color (raw Sienna) 1 Pc Door Knob 1 Set Barrel Bolt With Hasp Lock, 2" 0.50 Meter Wire Mesh Screen, 2" X 1m 2 Sets 0.40m X 0.60m Stainless Sink 2 Sets 4" Stainless Sink Strainer 4 Pcs 1/8" X 1" Stainless Flat Bar 1 Kg. Stainless Rod 1 Pc Flap Disc 6 Ln.ft. 1/4"ø Stainless Shafting 5 Pcs 5.5cm Stainless Hook 2 Pcs Cutting Disc, 4" 6 Lengths 0.45mm Thk X 17mm X 49mm X 17mm X 5m Metal Furring 20 Pcs. Corner Angle, 0.40mm X 25mm X 25mm 1 Pc. Drill Bit, 6mm Ø 13 Pcs. Drill Bit 1/8" Ø 1 Set 0.40m X 0.80m X 1.50m Glass Cabinet Frame With Analok And 5mm Thk Clear Glass 20 Lengths 3/4" Ø X 3.0m Ppr Pipe 3 Lengths 1/2" Ø X 3.0m Ppr Pipe 20 Pcs. 3/4"ø Ppr Coupling 10 Pcs. 3/4"ø Ppr Tee 29 Pcs. 3/4"ø X 90° Ppr Elbow 10 Pcs. 3/4"ø Ppr Elbow Threaded 10 Pcs. 3/4"ø Ppr Tee Threaded 5 Pcs. 1/2"ø Ppr Gate Valve 10 Pcs. 3/4"ø Ppr Female Adaptor 5 Pcs. 1/2"ø Ppr Female Adaptor 103 Pcs. 3/4"ø Plastic Clamp 14 Lengths 4"ø X 3.00m Pvc Pipe 4 Pcs. 4"ø Pvc Clean Out With Cover 22 Pcs. 4"ø X 90° Pvc Elbow 5 Pcs. 4"ø Pvc Tee 10 Lengths 3"ø X 3.00m Pvc Pipe 6 Pcs. 3" Ø Pipe Coupler 9 Pcs. 2"ø Pvc P-trap 8 Pcs. 2" Ø Pvc Elbow 5 Pcs. 3"ø Pvc Tee 1 Pcs. 2"ø Pvc Cleanout With Cover 2 Pcs. 4"ø X 2"ø Pvc Bushing Reducer 1 Pcs. 4"ø X 45° Pvc Elbow 2 Pcs. 4"ø X 2"ø Pvc Tee Reducer 6 Pcs. 2"ø Pvc Coupler 12 Pcs. 3" Ø Pvc Clean Out With Cover 5 Pcs. 3"ø X 45° Pvc Elbow 7 Cans Solvent Cement, 400cc 1 Set Water Filter, 3 Stages 4 Pcs. 1/2"ø Pvc Union Patente 2 Pcs. 3/4"ø Ball Valve 2 Pcs. 1/2"ø Ball Valve 21 Pcs. Expansion Bolt, 1/4"ø X 2" 1 Pcs. Mason Bit, 8mm Ø 1 Lengths 3/4"ø Pvc Blue Pipe 8 Pcs. 3/4"ø P.e. Elbow 1 Pcs. 3/4"ø Pvc Tee 1 Pcs. 3/4"ø X 1/2"ø Pvc Coupling Reducer 6 Pcs. 1/2"ø Pvc Male Threaded Adaptor 3 Pcs 1/2"ø Pvc Elbow 20 Meters 3/4"ø P.e. Pipe, Sdr 17 5 Gallons Concrete Neutralizer 8 Gallons Semi-gloss Latex Paint, White 11 Gallons Flat Wall Enamel Paint, White 9 Gallons Quick Dry Enamel Paint, White 1 Gallon Aluminum Paint 12 Gallons Paint Thinner 2 Pints Tinting Color 4 Pcs Paint Roller Brush, 6" 5 Pcs Paint Brush, 4" 4 Pcs Paint Brush, 2" 1 Pcs Paint Brush 1 1/2" 1 Pack Wood Glue, 250grams/pack 4 Kgs. Skim Coat 5 Bottles Lacquer Thinner 1 Roll Masking Tape, 1" 1 Liter Semi-gloss Latex Paint, White 1 Liter Quick Dry Enamel Paint, Black 1 Can Epoxy 1 Set Padlock
Closing Date3 Jan 2025
Tender AmountPHP 267.9 K (USD 4.6 K)

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|taylor Fasching, N741.9|gd0|see Email|taylor.m.fasching.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|332919|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| the Subject Solicitation Is Hereby Updated To Include The Following: the Packaging Codes Are Hereby Updated Per Sargent Request. all Other Terms And Conditions Remain The Same. the Purpose Of This Request For Quotes Is To Extend The Quotation Closing Dateto 01 August 2024. all Other Terms And Conditions Remain The Same. this Solicitation Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). all Freight Is Fob Origin. the Resultant Award Of This Repair Solicitation Will Be Issued Bilaterally, Requiring The Contractors Written Acceptance Prior To Execution. Verify Nomenclatture, Part Number, And Nsn Prior To Responding. government Source Inspection (gsi) Is Required. your Quote Should Include The Following Information: Quote Amount And Rtat Unit Price:__________ Total Price:__________ Repair Turnaround Time (rtat): _______ Days repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition asset At The Contractors Facility As Reflected In The Aaction Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This contract. Return Material Authorization # (rma), If Applicable:__________ Awardee Info & Performance Location Awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As "awardee Cage": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________ \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Valve,linear,direct . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,linear,direct Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures. cage___ref. No. ;78062 21340-001 Or Repair Per Sargent Controls And Aerospace Submarine Hydraulic Valves Procedure 11-000001, Rev K., Dated 07 September 2017, Titled Marine Components Overhaul Procedure.; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date27 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools...+1Automobiles and Auto Parts
United States
Details: This Item Is Set To Be Awarded Sole Source 56100_tab_0125_753 item 1: Steering Actuator, Overhaul 1. Scope 1.1 Intent. This Work Item Describes The Requirements For The Contractor To Overhaul The Rotary Vane Steering Actuator Assembly For The Starboard Steering System. 1.2 Government-furnished Property. mti item Description nsn/pn qty n actuator Overhaul Kit nsn: 2530-01-699-0680 pn: Rrm000445315 2 Ea. n hydraulic Coupling Kit nsn: 2530-01-699-0654 pn: Rrm000444570 2 Ea. 2. References coast Guard Drawings coast Guard Drawing 750-wmsl_100_44, Rev K, Unit 3320 Struct - Inner Bottom 2nd Deck Fr 89-98 (asc100332) coast Guard Drawing 750-wmsl-243-003, Rev B, Shipping & Unshipping Of Propulsion Shafting (asc243004) coast Guard Drawing 750-wmsl-556-004, Rev E, Steering Gear Hydraulic Diagram (asc556003) coast Guard Drawing 750-wmsl-556-022, Rev H, Steering Gear And Stern Gate Hydraulic Piping - Unit 3330 (asc556333-hy) coast Guard Drawing 750-wmsl-561-001, Rev D, Steering Gear Foundation (asc561001) coast Guard Drawing 750-wmsl-562-002, Rev C, Rudder (asc562002) coast Guard Drawing 750-wmsl-562-003, Rev D, Rudder Support System (asc562003) coast Guard Publications coast Guard Technical Publication (tp) 7182a, Swbs 561, Jan 2022, Steering Machinery Subsystem – Operation & Maintenance Manual coast Guard Technical Publication (tp) 7193, Swbs 561, Jan 2022, Steering System Operations And Maintenance Manual surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3041), 2022, Shipboard Electrical Cable Test surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures other References international Standard Organization (iso) 4406, 2021, Hydraulic Fluid Power - Fluids - Method For Coding Level Of Contamination By Solid Particles kongsberg Maintenance Manual Dmn000278736, Rev C, Kongsberg Steering Gear Type Sr And Sv mil-std-419, Sept 2021, Cleaning And Protecting Piping Tubing, And Fittings For Hydraulic Power Transmission Equipment 3. Requirements 3.1 General. 3.1.1 Cir. none. 3.1.2 Tech Rep. The Contractor Must Provide The Services Of Tech Reps In Accordance With The Following Subparagraphs. 3.1.2.1 The Contractor Must Provide The Services Of An Oem Authorized/ Licensed Tech Rep For The Kongsberg Steering Actuator To Accomplish The Following On Site: provide Manufacturer's Proprietary Information, Software, And Tools Pertinent To The Equipment/system. assist With Proper Repair Methods And Ensure Compliance With Manufacturer's Procedures And Standards During Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system. perform All Actual Repair Work On The Actuator. 3.1.2.1.1 Ensure The Tech Rep Is An Oem Certified Representative For The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Wmsl Steering System Hydraulic Power Units To Accomplish The Following On Site: advise On Manufacturer's Proprietary System Information. ensure Compliance With Manufacturer's Procedures And Standards During System Disassembly, Inspection, Repair, Modification, Calibration, And Reassembly Of The Equipment/system As Applicable. 3.1.2.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé. 3.1.2.2.2 Submit The Name And Résumé Of The Tech Rep To The Cor At The Arrival Conference. 3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection). 3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000. 3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000. 3.1.3.3 Maintain The Strictest Standards Of Cleanliness In Accordance With Mil-std-419 While Hydraulic System Is Open. Work On The Steering Hydraulics Is Not Permitted While Any Blasting, Grinding, Welding, Etc. Is Being Performed In, Or Adjacent To, The Steering Gear Space. 3.1.3.4 Hatch Opening Must Be Covered And Roped Off To Prevent A Falling Hazard To Personnel When Not In Use. note plastic Bags May Be Used Only When Arrangement Or Configuration Prevents The Use Of The Other Sealing Methods Specified Above. 3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following: access Plate (berp) Located Above The Port And Starboard Steering Actuator. piping electrical Wires padeye Plate Covers rudder Support Covers hydraulic Oil (approx. 560 Gals.) overhead ventilation Ducts insulation pipe Hangers/brackets note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. 3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must, Under The Direction Of The Oem Tech Rep, Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Perform The Following Inspections. Use Data Sheet No. 1 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr. 3.2.1 Verify That All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion. warning special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System. 3.2.2 Starboard Steering Gear: In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage. 3.2.3 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat. 3.2.4 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test. note the Cutter Is Currently Outfitted With Recessed Padeyes As Located On Cg Drawings 750-wmsl_100_44 And 750-wmsl-243-003 And Are In Place In The Hull Above Each Propeller And Rudder. Padeye Numbers Are 22, 23, 24, And 25 As Identified On Coast Guard Drawing 750-wmsl-243-003. access Covers For The Recessed Padeyes Are Not Required To Be Reinstalled. each Rudder Weighs Approximately 12,000 Lbs. 3.3 Rudder Support. The Contractor Must Ensure The Rudder Has Been Supported In Place To Allow Repairs Of The Steering Actuator Assembly. Coast Guard Divers Will Remove Metal Plate Covers To Access The Recessed Padeyes Above Each Rudder. The Contractor Must Pull Test All Existing Recessed Padeyes To 150% Of Their Maximum Expected Working Load For 10 Minutes. In No Case May A Padeye’s “expected Working Load” (a) Exceed The Tabulated Maximum Working Load For The Padeye’s Size Or (b) Exceed The Structure’s (that Padeye Is Attached To) Ability To Carry The Load. At Conclusion Of The Pull Test, Visually Inspect Each Padeye For Damage. note the Centerline Of The Rudder Post Is Located Forward Of Frame 96, Above The Stern Gate Utility Room And Forward Of An Inaccessible Void. If Additional Padeyes Are Necessary, It May Be Necessary To Clean And Gas Free These Spaces. 3.4 Hydraulic Reservoir Inspection. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis. Label And Retain One Extra Oil Sample From Each System For Back-up Testing If Necessary. Drain All 2135 Th Hydraulic Oil From The Hpu Actuators And Reservoirs (approximately 550 Gallons Total), And Dispose Of In Accordance With All State, Local And Federal Regulations. Provide Cfr With Test Results. For Steering Gear Hydraulic System Details, See Coast Guard Drawings 750-wmsl-556-004 And 750-wmsl-556-022. 3.4.1 Remove Access Covers From Reservoirs And Storage Tanks. Take Samples Of Any Heavy Sludge Or Particulate Matter In The Tanks. Remove All Sludge And Debris And Wipe Down With Lint Free Rags. If Any Metallic Debris (metal Filings, Shavings, Babbitt) Is Present, Notify The Coast Guard Inspector Immediately. 3.4.2 When All Tanks Are Thoroughly Clean, And Just Prior To Closure Ensure All Foreign Objects Have Been Removed (e.g. Rags, Caps, Towels, Plugs). Contractor Must Present These Areas To The Coast Guard Inspector, Then Close In The Presence Of The Coast Guard Inspector. Install New Gaskets. 3.5 Steering Actuator Disassembly And Inspection. The Contractor Must, Under The Direction Of Or Performed By The Oem Tech Rep Support, Overhaul The Starboard Steering Actuators In Accordance With Oem Procedures. Rudder Foundation, Rudder Stock, And Rudder Support System Are Shown On Cg Dwgs 750-wmsl-561-001 And 750-wmsl-562-003. At A Minimum, The Contractor Must Renew The Following Parts: piston Seals hp Seals And Backing Strips lp Seals bearing Shells o-rings 3.5.1 Collect And Dispose Of All Drained Fluids In Accordance With All Federal, State, And Local Regulations. 3.5.2 Prior To Disassembly, Wipe Down The Exterior Of The Actuator Assembly And The General Area Near The Actuator To Remove Dirt And Contaminants. Maintain A Clean Environment When Working Around Open Hydraulic Equipment. 3.5.3 Actuator Internal Inspection. Inspect The Interior Of The Actuators (including, But Not Limited To, The Piston, Piston Dividers, Upper And Lower Housings, Hydraulic Coupling, Rotor, And Rudder Stock) For Any Indications Of Wear Or Damage. Submit A Cfr Documenting The Existing Condition Of The Actuators. 3.5.4 During Final Installation Of The Actuator, Ensure The Rudder And Rudder Stool Are Aligned, And The Actuator And Helm Are Set At 0 Degrees. warning foreign Materials Present A High Risk Of Severe Damage To Steering Gear System. Extra Precautions Are Required To Ensure Cleanliness Of The Hydraulic System. note suction Strainers Are Located Inside The Service Tanks. 3.6 Filters And Strainers, Renew. The Contractor Must Renew The Return, Charge, And Servo Filters On Each Of The Starboard Hpu’s. Close Up Filter Housings And Torque Fasteners In Accordance With Chapter 5.3 Of Cg Tech Pub 7182a. Renew The Suction Strainers And Reservoir Filter Breather On Each Hpu. 3.7 Manifold And Valve Inspection And Testing. The Contractor Must Clean, Inspect And Test The Hydraulic Manifold And Valves (i.e. Control, Relief, And Locking Valves) For The Starboard System. Clean And Visually Inspect All Parts For Defects, Deterioration, Dirt, Scale, Rust, Grease, And Foreign Material. Submit A Cfr. note hydraulic Hoses Life Is 12 Years 3.8 Hose Inspection. The Contractor Must Visually Inspect The Condition Of All Flexible Hoses Identified In Tables 1 And 2 And Submit A Cfr With The Following Information. Hoses That Require Renewal Will Be Subject To A Change Request. hose Physical Condition service Life Dates (date For Required Hose Renewal; If Not Specified, Add 12 Years To Installation Date) table 1 – Stbd Steering Gear (compartment: 2-94-1-e) hose Serial # length (in.) size (in.) part Number fitting #1 fitting #2 test Pressure (psi) sg-f-001 20 1 f20606-16-16-16c-20.00 female Jic female Jic 200 sg-f-002 26 1/2 f20606-8-8-8c-26.00 female Jic female Jic 375 sg-f-003 49 2 2651-32 female Jic male Cpv 5000 sg-f-004 35 2 2651-32 male Cpv male Cpv 5000 sg-f-005 31.5 3/4 f20606-12-12-12c-31.50 female Jic female Jic 200 sg-f-006 43 2 2651-32 male Cpv male Cpv 5000 sg-f-007 43 2 2651-32 male Cpv male Cpv 5000 sg-f-008 26.5 3/4 f2060606-12-12-12c-26.50 female Jic female Jic 200 sg-f-009 32 1/2 f2060606-8-8-8c-32.00 female Jic female Jic 375 table 2 – Port Steering Gear (compartment: 2-94-2-e) hose Serial # length (in.) size (in.) part Number fitting #1 fitting #2 test Pressure (psi) sg-f-011 20 1 f20606-16-16-16c-20.00 female Jic female Jic 200 sg-f-012 26 1/2 f20606-8-8-8c-26.00 female Jic female Jic 375 sg-f-013 31.5 3/4 f20606-12-12-12c-31.50 female Jic female Jic 200 sg-f-014 49 2 2651-32 female Jic male Cpv 5000 sg-f-015 35 2 2651-32 male Cpv male Cpv 5000 sg-f-016 26.5 3/4 f2060606-12-12-12c-26.50 female Jic female Jic 200 sg-f-017 43 2 2651-32 male Cpv male Cpv 5000 sg-f-018 43 2 2651-32 male Cpv male Cpv 5000 sg-f-019 32 1/2 f2060606-8-8-8c-32.00 female Jic female Jic 200 3.9 Hydraulic Oil Refilling. The Contractor Must Refill The Reservoirs With Hydraulic Oil Per Mil-h-17672, Symbol 2135, In Accordance With Cg Tech Pub 7182a. The Contractor Must Filter New Hydraulic Oil In Accordance With Sflc Std Spec 5000, Paragraph C2.1.2 Prior To Entry Into The Cutter’s Tanks Or System. Cleanliness Of Oil Must Be Iso 4406 Cleanliness Code Of 17/14 Or Better. note coast Guard Personnel Will Operate All Shipboard Machinery And Equipment. if Covered By A Separate Work Item, Final Testing Of The Steering System Is Only Required To Be Performed Once During This Availability. 3.10 Operational Test, Post Repairs. After Completion Of Work And In The Presence Of The Coast Guard Inspector, The Contractor Must Thoroughly Test And Demonstrate The Equipment Listed Below To Be In Satisfactory Operating Condition. Use Data Sheet No. 2 (section 4 Of This Wi) To Record Results For Starboard Actuator Only. Submit A Cfr. 3.10.1 Verify That The Rudders Operate Throughout Their Full Range With No Indications Of Binding And Appear Smooth During Operation. 3.10.2 All Rudder Angle Indicators (manual Indicator On Actuator, Mcms Indicator, Local Indicator, And Remote Indicators On Bridge) Must Be Within A 2-degree Tolerance Throughout Range Of Motion. 3.10.3 The Contractor Must Perform The Initial Startup Procedures In Accordance With Coast Guard Tp 7182, Paragraph 7-2. Upon Completion, Verify That The Relief Valves Are Properly Set In Accordance With Table 3. table 3 – Relief Valves service Description set Point (psig) pump Main System Relief Valve 1530 ± 25 relief Valve (charge) 217 ± 25 relief Valve (servo) 1450 ± 25 cross-line Relief Valve 1580 ± 25 warning special Care Should Be Taken Not To Hold The Rudder Hard Over For More Than A Few Seconds At A Time To Avoid Overheating The System. 3.10.4 Starting With The Starboard Steering Gear, And In The Presence Of The Coast Guard Inspector, Place The 1a Hpu Online, With The Controller Set To ‘remote’, Cycle The Rudder From Zero To Port (hard-over), From Port To Starboard (hard-over), From Starboard To Port (hard-over) And From Port To Zero. On The Port To Starboard And Starboard To Port Transitions, Record The Time From 30 Degrees On One Side To 30 Degrees On The Other Side (speed Should Be 3 Degrees/second Or 20 (+/-1) Seconds Total). With The Rudder At Zero Degrees And The Hpu Running, Inspect All Hoses, Fittings And Seals For Leakage. 3.10.5 Set The Steering Controller To “local”. Using The Pushbuttons Operators On The Pump, Cycle The Rudder From Zero To 15 Degrees Port, From 15 Degrees Port To 15 Degrees Starboard And From 15 Degrees Starboard To Zero. It Is Not Necessary To Record Times On This Evolution – This Portion Of The Test Only Demonstrates That Local Control Can Be Achieved. Record The Result As Sat Or Unsat. 3.10.6 Switch To 1b Hpu And Perform The Same Tests To Complete The Starboard Steering Gear System Test. 3.10.7 The Contractor Must Perform The Internal Leakage Test Per Paragraph 7.10 Of The Kongsberg Maintenance Manual Dmn000278736 For Both Port And Starboard Actuators. Measure The Total Leakage During Each Separate Segment Of Testing (port To Starboard Hard-over, Hard-over Starboard, Starboard To Port Hard-over, And Hard-over Port) And Submit The Results Via Cfr. 3.11 Oil Sample Analysis. The Contractor Must Take Oil Samples For Testing Of Existing Oil From Each Reservoir And Send Out For Analysis To Demonstrate Cleanliness Has Been Maintained. Submit A Cfr With The Oil Sample Analysis Report. 3.12 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs.) 4.0 Place Of Performance- Cgc Hamilton In Charleston Sc. 5.0 Period Of Performance- 17 Feb 2025 – 28 Feb 25 6.0 Points Of Contact. Uscg-sflc-lre Pl Asset Management: Cwo Matthew Temple, Matthew.temple@uscg.mil, 510-460-8195
Closing Date3 Feb 2025
Tender AmountRefer Documents 

SCHOOLS DIVISION OFFICE QUEZON CITY Tender

Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Details: Description Spare Parts/labor: Bus No. 2-sab 1348 1. Labor (lot)– Check And Pull-down Differential Assy (with Oil Leak) Replace Oil Seal 2. Oil Seal – 1 Pc. 3. Gasket Maker – 1 Pc. 4. Gear Oil Sae 140 (top-up) – 87 Li. 5. C. Gloves – 8 Pc. 6. Rags – 1 Kg. 7. Thread Lock – 1 Pc Bus No. 06-sab 1353 8. Labor (lot) – Replace Brake Lining (front And Rear) 9. Break Lining (rear) – 8 Pc. 10. Break Lining (front) – 8 Pc. 11. C.gloves – 8 Pc. 12. Rags – 1 Kg. Bus No. 07-sab 1352 13. Labor (lot) – Replace Brake Lining (front And Rear) 14. Brake Lining (rear) – 8 Pc. 15. Brake Lining (front) – 8 Pc. 16. C.gloves – 8 Pc. 17. Rags – 1 Kg. Bus No. 03-sab 1347 18. Fuel-water Sep. Filter (s2340-11790) – 1 Pc. 19. Sandpaper – 2 Pc. 20. Rags – 1 Kg. 21. C.gloves – 10 Pc. 22. Gasket Maker – 1 Pc. 23. Wd-40 – 1 Pc. 24. Refrigerant (134a) – 3 Kg. Bus No. 01-sab 1349 25. Labor (lot) – Check And Pull-down Differential Assy (with Oil Leak) Replace Oil Seal 26. Oil Swal (diff.) (95x172x14/32) – 1 Pc. 27. Asket Maker – 1 Pc. 28. Gear Oil Sae140 (top-up) – 7 Li. 29. A/c Gasket – 1 Set 30. Thread Lock – 1 Pc. 31. A/c Valve (open/close) With Spacer – 1 Set 32. Refrigerant (134a) – 6 Kg. 33. Front Nut (31np-03054) – 1 Pc. In The Spirit Of Confidentiality And Transparency, Can We Request That Your Quotation And Class A Documents Be Placed In A Sealed Envelope And Submit Personally At The Following Address: The Bac Secretariat C/o Records Section Schools Division Office- Quezon City Nueva Ecija St. Bago Bantay, Quezon City Email: Bac_sdoqc@deped.gov.ph Office Hours: 8:00 Am To 5:00 Pm Quotation Can Also Be Submitted Thru Email With Encryption (password Protected) To Be Opened Or For Decryption On The Day Of Opening Of Quotations In The Presence Of The Supplier. Please Indicate The Project Title In The Envelope. Deadline Of Submission Is On January 20, 2025 At 9:00 A.m
Closing Date20 Jan 2025
Tender AmountPHP 58.6 K (USD 1 K)

Misamis Occidental Tender

Civil And Construction...+1Water Storage And Supply
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Misamis Occidental Municipality Of Plaridel Invitation To Apply For Eligibility And To Bid The Barangay Local Government Unit, Blgu-cebulin, Plaridel, Misamis Occidental, Through Its Bids And Awards Committee (bac), As Sangguniang Barangay Resolution No. 17 – Series Of 2024, Invites Suppliers/manufacturers/distributors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Rehabilitation Of Water System Location : Cebulin, Plaridel, Misamis Occidental Project Cost : ₱327,170.00 Description : Goods Duration Of Contract : 5 Days Item No. Description Unit Quantity 1. All Stainless Steel Submersible Deep Well Pump, Unit 1 15 Stages, With 2” Dia. Npt Discharge Connection. Design To Deliver From 48 Gpm Against 80 Mtrs. Tdh, Build In Aisi316 Stainless Steel Check Valve. The Unit Is Closed-coupled To A 5hp Franklin Submersible Electric Motor, Standard 4” Models, “made In Usa” 230 Vac, 1 Phase, 60hz., 3450-3525 Rpm, 1.15 Sf With Motor Control Box. 2. Double Jacketed Submersible Cable #6/3 Mtrs 80 3. G.i. Pipe 2” X 6 Mtrs. Sch. 40 Length 1 4. G.i. France Coupling 2” Pcs 6 5. Automatic Voltage Regulator (avr) Unit 1 Specification: Input Voltage: 150 To 250 Volts Output Voltage: 220 Volts, 60 Hz Power: 15,000 Va X----------------------------------------------------------x Delivery Period : To Be Delivered Within Five (5) Working Days Upon Receipt Of Po Prospective Bidders Should Have Experience In Undertaking A Similar Project Within At Least Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discriminatory “pass / Fail” Criteria. Post Qualification Of Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Of Security, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents January 17, 2025 3. Dropping Of Bids January 24, 2025, 9:00a.m. @ Bac/mpdc Office 4. Opening Of Bids January 24, 2025, 9:00a.m. @ Bac/mpdc Office Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php500.00 For The Project To Lgu-plaridel Municipal Treasurer. The Lgu-plaridel Assume No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid (sgd) Harvey C. Jumawan Mpdo – Bac Chairman
Closing Date24 Jan 2025
Tender AmountPHP 327.1 K (USD 5.5 K)

Caraga State University Tender

Healthcare and Medicine
Philippines
Details: Description This Is A One Lot Procurement | Total Cost: 105,487.00 Stock No. | Item Description | Quantity | Unit | Total Cost 1. Alcohol *ethyl, 70%, Scented, 500ml. | 20 | Bottle | 2,310.00 2. Alcohol *isopropyl Alcohol 250ml | 3 | Bottle | 180.00 3. Beaker 100ml, Glass | 20 | Piece | 10,000.00 4. Centrifuge Tube *50ml, 25 Pcs Per Pack. | 1 | Pack | 2,000.00 5. Erlenmeyer Flask 500ml,glass | 10 | Piece | 5,000.00 6. Ethanol **2.5 L ,*ar Grade | 10 | Bottle | 39,000.00 7. Face Mask *3ply Earloop, Disposable | 10 | Box | 3,000.00 8. Gloves | 4 | Box | 6,160.00 *type: Surgical Gloves, Nitrile (disposable). *materials: Made Of Synthetic Rubber (stretchable). *size: Large. *100's Per Box." 9. Hand Sanitizer | 26 | Bottle | 5,967.00 *type: Pump Hand Sanitizer. *70% Alcohol Antibacterial Sanitizing Gel, Kills Germs More Than 99.9%. *content: 250ml." 10. Petri Dish *type: Glass. *size: 90mm X 15mm.sterile Wid Lid ,10pcs Per Pack" | 3 | Pack | 9,600.00 11. Pipette Glass, 10ml | 6 | Piece | 4,110.00 12. Portable First Aid Box/kit *dimensions, 22cm X 39cm X 28 Cm, Hard Plastic With Layers" | 3 | Piece | 3,000.00 13. Safety Goggles | 4 | Piece | 1,100.00 *type: Laboratory Safety *polycarbonate Lens. *soft. *flexible. *adjustable Head Strap. *anti-fog With Valve. *color Of Strap (manufacturer�s Standard)." 14. Test Tube Type: Glass Volume: 75ml" | 20 | Piece | 3,900.00 15. Volumetric Flask | 4 | Piece | 5,000.00 Type: Glass, 250ml 16. Wash Bottle | 10 | Piece | 3,950.00 *for Laboratory. *volume: 250ml. *color: Clear White." 17. Wipes | 2 | Box | 1,210.00 *delicate Task Wipers, Lint-free, Size: 4.4 X .4”, 280 Pieces Per Box, Can Easily Wipe Up Liquids, Dust And Tiny Particles And Are Designed For Delicate Tasks" Note: Delivery Period: Within Thirty (30) Calendar Days Upon Receipt Of P.o Partial Bid Is Not Allowed Download And Use The Official Canvass Form In The Associated Components Please Fill In The Savings/current Account Name & Account Number
Closing Date17 Feb 2025
Tender AmountPHP 105.4 K (USD 1.8 K)

Isabela State University Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description The Isabela State University Hereby Informs The Public That It Will Be Purchased The Item/s Below Thru Negotiated Procurement – Two Failed Biddings (section 35.1). The Approved Budget For The Contract (abc) For The Procurement Of Multi-purpose Vehicle Is Amounting To Php1,800,000.00. The Item Shall Be Delivered Within 60 Calendar Days Upon Receipt Of The Purchase Order And Notice To Proceed. Please Quote Your Best Offer To The Item Described Below, Subject To The Terms And Conditions Provided With This Notice. 1 Unit Brand New Vehicle Multi-purpose Vehicle Engine: 4-cylinder, In-line 16 Valve, Double Overhead Camshaft (variable Nozzle Turbo Charger W/ Intercooler) Displacement: Not Exceeding 2800 Cc Transmission: 6 Speed At Max Output/power: 174 Ps / 3,400 Rpm Max Torque: 360 Nm / 1,200-3,400 Rpm Fuel Type: Diesel Overall Dimensions (lxwxh): Atleast 4,735 X 1,830 X 1,795 Front Suspension: Independent, Double Wishbone With Coil Spring / 4-link With Coil Spring Rear Suspension: 4-link With Coil Spring Front Brakes: Ventilated Disc Rear Brakes: Leading-trailing Drum Tires: 205/65 Wheels: R16 Alloy Seating Capacity: 8 To 10 Persons Air-conditioning System: Automatic Climate Control Entertainment System: 7" Display Audio, With Carplay, Am / Fm / Bluetooth / Usb / Aux / Voice Command, 6 Speakers Color : Black Inclusions:taxes, Three (3) Years Lto Registration, Mattings, Tint, Standard Tools, Early Warning Device And Decals. Warranty: Three (3) Years Or 100,000 Km Whichever Comes First Free Labor Fee For First 1,000 Km And 5,000 Km Preventive Maintenance Schedule (pms). Submit Your Quotation In A Sealed Envelope (4 Copies) Duly Signed By You Or Your Duly Authorized Representative With Certified Photocopies Of The Following Eligibility Requirements: A. Sec/dti/registration; B. Business/mayor’s Permit; C. Bir Tax Clearance Certificate; D. Latest Annual Income Tax Return; E. Audited Financial Statement Stamped “received” By Bir; F. Certificate Of Philgeps Registration (platinum). G. Omnibus Sworn Statement (oss) H. Financial Bid Form I. Price Schedule Quotation Must Be Delivered To The Address Below On Or Before February 18, 2025, 5:00 P.m. Bids And Awards Committee Office Isabela State University Echague, Isabela Sgd.) Constante G. Medina Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1.8 Million (USD 31.1 K)

Municipality Of San Mateo, Rizal Tender

Civil And Construction...+3Civil Works Others, Machinery and Tools, Scraps
Philippines
Details: Description Stock No., Description, Quantity, Unit 1. Thhn Wire #12 - 20 Meters 2. 3/4" Plastic Moulding - 2 Pcs 3. Amco Box - 1 Pc 4. 2-gang Outlet With Plate - 1 Pc 5. No Nail Adhesive - 2 Pcs 6. Electrical Tape - 2 Pcs 7. Ppr Tee - 1 Pc 8. Elbow - 10 Pcs 9. Pprr Pipe - 2 Pcs 10. Gate Valve Brass - 2 Pcs 11. Ppr Gate - 1 Pc 12. P-trap #2 - 2 Pcs 13. Solvent Cement 400cc - 2 Pcs 14. Ppr Male Adaptor #20 - 4 Pcs 15. Teflon - 10 Pcs 16. Compressor Hose - 15 Meters 17. Motor Oil - 5 Liters 18. Faucet Stainless 6" - 2 Pcs 19. Water Filter - 1 Pc Dental Chair Platform (26cmx40cmx13cm) 20. Checkered Stainless Sheet 1.5mm Thk. - 1 Pc 21. 2x2x1/4" Angle Bar - 3 Pcs 22. Blind River - 100 Pcs 23. Welding Rod Stainless - 1 Box 24. Gunting Ng Yero - 1 Pc 25. Drill Bit 1/8 - 10 Pcs 26. Cutting Disc Slim - 3 Pcs Compressor House 27. Cement - 1 Bag 28. Sand - 4 Bags 29. Gravel - 6 Bags 30. Plywood 1/4 - 1 Pc 31. Welded Wire Mesh - 2 Pcs 32. 1 1/2 X 1 1/2 X3/16 Angle Bar - 2 Pcs 33. 2 X 2 X 3/16 Angle Bar - 3 Pcs 34. Cylindrical Hinge 1/2" - 3 Pcs 35. Corrugated Roof Pre Painted G.a 20 - 1 Pc 36. Tek Screw With Silicon Washer - 30 Pcs 37. Silicon Sealant - 1 Pc 38. Padlock 50mm - 1 Pc 39. Primer Epoxy - 1 Gal 40. Qde - 1 Gal 41. Paint Roller - 2 Pcs 42. Paint Brush - 2 Pcs 43. Paint Thinner - 1 Liter 44. Welding Rod - 1 Box 45. Stainless Steel Grab Bar 0.5m - 2 Pcs 46. Stainless Steel Grab Bar 1.0m - 4 Pcs 47. L-type Stainless Steel Grab Bar 1.1m - 2 Pcs
Closing Date22 Jan 2025
Tender AmountPHP 96 K (USD 1.6 K)

Municipality Of Jiabong, Samar Tender

Others
Philippines
Details: Description Republic Of The Philippines Province Of Samar Municipality Of Jiabong Request For Quotation ___________________ ___________________ ___________________ Sir/madam: Please Quote Your Lowest Price For The Following Items Enumerated Below, Taking Into Consideration The Following: Procurement Terms And Conditions 1. The Approved Budget For The Contract (abc) Is __________. 2. Price Quotation Should Be Inclusive Of The 5% Final Vat And Expanded Withholding Tax (ewt) Of 1%. 3. Price Quotation Shall Be Valid Within Seven (7) Calendar Days From The Deadline Of Submission Of Rfq. 4. Evaluation Of The Quoted Price Will Be Conducted On A “per Lot” Basis. 5. Delivery Period Is Within Three (3) Calendar Days From The Receipt Of Notice Of Award. 6. If Awarded The Contract, Processing And Payment Shall Be Made Within (5) Working Days After Complete Delivery And Final Acceptance Of The Items. 7. Refusal To Accept An Award Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xxiii Of The Revised Irr Of Ra 9184. 8. Ddp-municipality Of Jiabong, Samar. 9. The Lowest Calculated Bid Shall Submit The Following Documents: Latest Business/mayor’s Permit, Philgeps Registration Number, & Omnibus Sworn Statement Before The Issuance Of Notice Of Award If Above 50,000 Of Abc. 10. This Request For Quotation Must Be Submitted Sealed To The Above Address Not Later Than ____january 17,2025_; 1:00 P.m. Ma. Jocelyn S. Conge Jorge B. Moreno,rea Canvasser Bac Chairman I Have Read And Understood The Procurement Terms & Conditions Stated Above. By Signing This Quote, I Hereby Agree And Bind Myself To The Terms & Conditions. Lot Qty Unit Particular U/p Amount 1. 50 Pcs G.i Plug ½ 2 50 Pcs Union G.i ½ 3. 50 Pcs Coupling G.i ½ 4. 50 Pcs Coupling G.i ¾ 5. 1 Box Tape Lon (500’s) 6. 50 Pcs Straight Elbow G. I 7. 50 Pcs Nipple 4” G.i ¾ 8. 50 Pcs Nipple 3” G.i ¾ 9. 100 Pcs Union G.i ¾ 10. 25 Pcs Pvc Rubber Gasket 3” 11. 25 Pcs Pvc Rubber Gasket 6” 12. 5 Pcs Stc Pvc 6” 13. 3 Pcs Pipe Wrench 14” 14. 3 Pcs Pipe Wrench 12” 15. Combination Wrench 2 Pcs 12mm 2 Pcs 13mm 2 Pcs 14mm 2 Pcs 17mm 2 Pcs 19mm 2 Pcs 22mm 16. 20 Pcs Ball Valve ½ 17. 1 Box Pentel Pen 18. 1 Box Ball Pen Total Signature Over Printed Name : ______________________ Position In Firm : ______________________ Date: ____________________ Business Address : ______________________ Philgeps Registration No.______________________ Telephone No. : ______________________
Closing Date17 Jan 2025
Tender AmountPHP 97.5 K (USD 1.6 K)
8611-8620 of 9060 archived Tenders