Valve Tenders
Valve Tenders
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
Details: Department Of Health And Human Services
indian Health Service
wewoka Indian Health Center
36640 Hwy 270
wewoka, Ok 74884
1
statement Of Work (sow)
echocardiogram And Ekg Interpretation Services
1. Purpose Of The Project
the Wewoka Indian Health Center, Indian Health Services Has A Requirement For Interpretations
of Standard Transthoracic Echocardiograms, And Electrocardiograms By Teleservice Means.
2. Detailed Description Of The Technical Requirements
the Contractor Shall Provide Standard Transthoracic Echocardiogram Interpretations That Include
left And Right Ventricle, Left And Right Atrium, Aortic, Mitral, Tricuspid And Pulmonic Valves,
aorta And Pericardium Findings.
2d And M-mode Measurements
Left Ventricle-lvsd(2d), Lvpwd(2d), Lvidd(2d), Lvids(2d)
Left Atrium-la Vol A4c, La Vol A2c, La Vol Bp
Left Ventricle Diastolic Function- Mv Peak E, Mv Peak A, E/a Ratio, Decel Time
spectral Doppler Analysis
Mitral Valve-mv Max Vel, Mv Mean Grad, Mv P1/2 Time, Mv Area, Pht
Aortic Valve-aov Vmax, Aov Peak Pg, Aov Mean Pg, Lvot V Max, Lvot Vti,
lvot Diam, Ava Vmax, Dimensionless Index
Aortic Insufficency-ai Half-time, Ai Decel Rate
Tricuspid Valve And Pa/rv Systolic Pressure-tr Max Velocity, Ra Pressure,
rvsp/pasp
Pulmonic Valve-pv Max Velocity
the Contractor Shall Provide Electrocardiogram Interpretations
3. Period Of Performance
the Base Year Period Of Performance Will Be 12 Months From Date Of Award With Four (4)
twelve (12) Month Option Years.
4. Level Of Effort
4.1. The Contractor Shall Provide Echocardiogram Interpretation Services Monday Through
friday 8:00am To 4:00pm. Contractor Will Provide A 48-hour Turnaround Time On
routine/outpatient Reports And A 24-hour Turnaround Time On Urgent/inpatient Reports
beginning Upon Completion Of Exam.
department Of Health And Human Services
indian Health Service
wewoka Indian Health Center
36640 Hwy 270
wewoka, Ok 74884
2
4.2. The Contractor Shall Provide Complete Reports With The Above Listed Technical
requirements In The Body Of The Report With Patient’s Name, Date Of Birth, And Chart
number On Each Page Of Report.
4.3. Date And Time Dictated, Date And Time Transcribed, Job Number, Dictator’s Initials And
transcriber’s Initials Shall Be Typed At The End Of Every Report.
4.4. All Interpretations Shall Be Dictated/transcribed Into The Hospital System That Interfaces
directly Into The Electronic Health Record (ehr)/rpms. In Addition, All Technologists
must Be Able To Access Vendor’s System To Print Reports As Needed.
4.5. The Contractor Shall Provide Licensure On All Cardiologists. Personnel Must Meet State
licensure Requirements And Maintain Ongoing Training And Education To Maintain The
appropriate Level Of Competency.
4.6. All Cardiologists Shall Be Eligible To Participate In The Medicare Or Medicaid Programs.
4.7. Wewoka Indian Health Center Shall Periodically Evaluate The Performance And
professional Quality Of Interpretations Through Documentation Review. The Contractor
shall Make Provision Whereby Unsatisfactory Performance Or Untimely Completion Of
interpretations Will Be Addressed In Mutually Agreed Upon Manner.
4.8. The Contractor Shall Submit A Plan Which Outlines A Course Of Action, Should The Vendor
be Unable To Carry Out The Duties Outlined Within The Contract.
4.9. Credentials
4.9.1. Physicians Shall Be Credentialed And Have Privileges As Associate Members Of The Medical
staff. The Physician Shall Be Required To Provide Completed Applications For Medical Staff
appointments And Privileges Via The Md-app Software Package, As Specified In The By-laws,
for All Providers To The Clinical Director And At Least 30 (thirty) Days Prior To Assignment For
periods Of Coverage.
4.9.2. Credentialing Activities Shall Require A Minimum Of Thirty (30) Calendar Days To Insure
(1) That Written Or Printed Information Is Received At The Medical Staffing Office From The
national Physicians Data Bank, (2) That Two Letters Of Reference For Each Sub-contractor Are
received In The Credentials Office And Are Recent Within The Last Year, And (3) The Credentialing
package (application For Appointment And Request For Privileges) Is Completed And Received By
the Medical Executive Committee And Oca Ihs Governing Board.
4.9.3. Upon Physician Selection Or Receipt Of Credentialing Application (whichever Is Later) The
company Has Ten Business Days To Submit All Credentialing And Security Documents Otherwise,
the Government Reserves The Right To Move On To A Different Candidate.
department Of Health And Human Services
indian Health Service
wewoka Indian Health Center
36640 Hwy 270
wewoka, Ok 74884
3
5. Special Requirements
5.1. In Accordance With Hhsar 304.1303, To Ensure Compliance With Homeland Security
presidential Directive-12: Policy For A Common Identification Standard For Federal
employees And Contractors (hspd-12) It Is The Ihs Policy That All Staff And Contractors
who Require Physical Access To Federally Controlled Facilities And Logical Access To The
ihs Information Technology (it) Networks And Systems Must Obtain An Hspd-12-
compliant Access Card. Individuals Will Be Issued An Access Card Upon Meeting The
hspd-12 Requirements And A Favorable Background Investigation.
5.2. The Usphs Wewoka Indian Health Center Is A Tobacco/smoke Free Environment
(buildings And Grounds). No Tobacco/smoking Use Will Be Tolerated During Service.
5.3. Patient Data Security Plan: The Contractor Shall Describe The Security Plan For Patient
data. This Includes Location Of Physical Servers And Reading Centers In Support Of
contractor Services. The Plan Should Include Any Encrypted Wireless Systems Used By
reading Providers. All Wireless Systems Shall Be Fips-140 Compliant.
5.4. Interconnection Security Agreement (isa): Contractor Shall Provide And Complete An
isa With The Ihs, Prior To The Performance Of Any Actions Related To The Contract.
5.5. Security Requirements: The Contractor Shall Obtain Completed Ihs Isso Security
clearance Prior To The Start Of This Contract. This Clearance Will Establish That The
contractor Has Provided Sufficient Local Telecommunication Network Firewalls And
procedures To Ensure Patient Confidentiality And Security Consistent With Hippa (health
insurance Portability And Accountability Act Of 1996) Regulations, Flps.
5.6. Communication/network Infrastructure: The Contractor Shall Interface With
government Furnished Image Archive And Pacs (picture Archiving And
communication System) Communications Platform(s).
5.7. The Contractor Shall Meet The Below Requirements Set By Hospital Regulations For
accessing And Creating Vpn Tunnels For Receiving Echocardiogram Studies For
interpretations.
ikev2 Policy:
integrity: Sha-256
encryption: Aes-256
prf: Sha-256
dh Group: 14
department Of Health And Human Services
indian Health Service
wewoka Indian Health Center
36640 Hwy 270
wewoka, Ok 74884
4
ikev2 Proposal:
encryption: Aes-256
hash: Sha-256
pfs Group: 14 (optional If Supported By Your Device)
5.8. Security Requirements: Contractor Personnel Will Be Required To Contact The
government Designated Point Of Contact Upon Arrival When Reporting For Service Calls Or
delivery Supplies. The Contractor Shall Be Responsible For The Security Of All
organizational Information. Current Rules And Regulations Applicable To The Premises,
where The Work Shall Be Performed Shall Apply To The Contractor And Its Employees While
working On The Premises. These Regulations Include But Are Not Limited To, Escort By
wewoka Indian Health Center Official, Presenting Valid Identification, Smoking
restriction And Any Safety Procedures.
5.9. The Contractor Shall Not Disclose Or Cause To Disseminate Any Information Concerning
operations Of Wewoka Indian Health Center. Such Action(s) Could Result In Violation Of
the Contract And Possible Legal Actions.
5.9.1. All Inquiries, Comments, Or Complaints Arising From Any Matter Observed,
experienced Or Learned Of As A Result Of Or In Connection With The Performance Of The
contract, The Resolution Of Which May Require The Dissemination Of Official
information, Shall Be Directed To The Government’s Designated Representative.
termination Amortization Schedule: A Termination Amortization Schedule Shall Be
included As An Attachment Of The Awarded Contract. If The Government Does Not Exercise
any Of The Options Listed In The Price / Cost Schedule, The Government’s Not Exercising The
options Will Have The Same Effect As If The Government Terminated For Convenience. All
remedies Afforded To Contractor In Regards To A Termination For Convenience Shall Be
available To The Contractor.
6. Deliverables And Reporting Requirements
6.1. Delivery: The Contractor Shall Provide Echocardiogram And Electrocardiogram Reports
in The Appropriate Time Frame Listed Above In The Technical Requirements Section.
6.2. Contractor Point Of Contact: The Contractor Shall Furnish One Designated Point Of Contact
(poc) To The Government’s Designated Representative For Coordination Services. The Poc
will Be Empowered To Make Daily Decisions To Ensure That The Contract Implementation
and Day-to-day Needs Meets The Terms And Conditions Of This Contract.
department Of Health And Human Services
indian Health Service
wewoka Indian Health Center
36640 Hwy 270
wewoka, Ok 74884
5
6.3. Contractor’s Phone Numbers: The Contractor Shall Provide A Toll-free Telephone Number
for Service Calls, Which Must Be Answered During At Least Eight Working Hours, Between
8:00 Am And 4:30 Pm, Monday Through Friday.
6.4. Personnel Qualifications: Only Licensed Physicians With A Specialty In Cardiology Will
interpret The Transthoracic Echocardiograms And Stress Echocardiograms.
7. Government Furnished Property, Facilities And Services
7.1. All Digital Medical Imaging Files Provided To The Contractor For Interpretation Shall
remain The Property Of The Government. Contractor Shall Not Publish And /or Share Outside
contractor’s Organization Any Ihs Digital Or Analog Image Or Imaging Study Report Without
the Express Written Consent Of The Sending Ihs Facility. Any Publication Or Sharing Outside Of
contractor's Organization Of Any Digital Or Analog Images Or Imaging Study Reports
undertaken With The Express Written Consent Of The Sending Ihs Facility Shall Be Done In A
manner Allowed By Hipaa And All Other Ihs Rules And Regulations.
8. Contractor Furnished Property, Facilities And Services
8.1. Required Personnel, Materials, Supplies And Equipment: The Contractor Shall Furnish All
personnel, Materials, Supplies And Equipment Required To Perform Work Under The
contract.
Municipality Of San Vicente, Palawan Tender
Automobiles and Auto Parts
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 8.8 Million (USD 151.7 K)
Details: Description Invitation To Bid For The Supply, Delivery And Commisionig Of 1 Unit Siphoning Truck (waste Water Vacuum Truck) For Collection And Disposal Of Wastewater And Siphoning Of Flooded Households And Establishments, This Municipality/gds-2025-001 1. The Municipal Government Of San Vicente, Palawan, Through The Development Fund Intends To Apply The Sum Of Eight Million Eight Hundred Four Thousand Pesos (₱8,804,000.00) Being The Abc To Payments Under The Contract For Supply, Delivery And Commisionig Of 1 Unit Siphoning Truck (waste Water Vacuum Truck) For Collection And Disposal Of Wastewater And Siphoning Of Flooded Households And Establishments , This Municipality/gds-2025-001. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Specifications: Drive System: 4 X 2 6-wheeler Min Cab: Wide Cab Gross Vehicle Weight (kg): 8,500min Payload (kg): 5,880 Min Engine: Euro 4, Diesel 4-cylcle, Vertical, 4 Cylinder, Inline Overhead Valve, Water-cooled, Direct Injection, Electronic Control Common Rail Displacement (i):4.009 Min Output (ps): Min 156 @ Not To Exceed 2,500 R/min Torque (nm): Min 430 @ Not To Exceed 1,400-2,500 R/min Max Speed (kph): 125min Gradeability Tan(%): 42.1 Min Rear: Semi-elliptic Main And Auxiliary Leaf Spring With Double Acting Shock Absorbers Front: Semi-elliptic Leaf Spring With Double Acting Shock Absorbers Service Brakes:hydraulic System Parking Brakes: Mechanical, Internal Expanding Transmission: 6 Speed, Overdrive Tires And Rims: 7.50r16-14pr Min Fuel Tank Capacity (l): 100min Cab Aircon: Equipped (cbu) Vacuum Tank Body And Accessories: A. 3,000 Liters Capacity (3 Cubic Meters) B. Cylindrical Tank Body Made Of High Abrasion Plate Harp 250, 4mm Thick C. Tank Body Is Hydraulically Tipped By Hydraulic Cylinder D. End Dish (rear Door) E. Rear Door Is Hydraulically Raised/lowered, And Is Liquid Tight By Means Of A Self-comensating Seal, Locked By Four (4) Manual Door Latches F. The Tank Shall Be Provided With 3-sight Glasses (dome Type) To Measure The Volume Of Septage/sewage Inside The Tank. Sight Glass Shall Be Tempered Proof Material And Can Be Easily Be Replaced By Hand Wheels. G. Equipped With Automatic Sensing Device To Prevent Overflowing Of Liquid H. Liquids Are Prevented From Passing Into The Vacuum Pump By An Overflow Valve Inside The Manhole And A Second One In The Moisture Trap. I. Anti-surge Internal Baffle All With Reinforcements (walk-through Type) Is Made Of The Same Material. J. Pivots Of Hydraulic Cylinder And Nuts Of Door Laches With Grease Nipples For Lubrication. K. Equipped With Exhaust Deodorizer (deodorizing Liquid To Be Supplied By Client) L. Provided With Suction And Discharge Ports Both At 3" Dia. And With Brass Valves And Quick Hose Connector With End Caps M. Two (2) Pcs Wheel Chokes (made Of 3mm Checked Plate) N. 1 Pair Led Flood Lights On Rear O. Minimum Of 2 Coats Of Epoxy Paint As Rusproofing Inside The Tank P. Stickers, Logos, Ect. Vacuum Pump A. Using Vacuum Pump Pm70t * Free Air Flow: 247cfm * Continous Duty Vacuum:23.g* Hg * Maximum Vacuum:28.4" Hg * Maximum Pressure:21.8 Psig * Power Required At Maximum Vacuum: 16.3 Hp * Power Required At Maximum Pressure Vacuum:20.4 Hp * Oil Consumption:185 Gr/h * Oil Tank Capacity: 3.4l * Noise Level:76 Db-a * Maximum Speed: 1100 Rpm * Working Speed:1100 Rpm B. Driven By Truck Power Take-off (pto), Omfb C. Suction Filter, Moisture Separator, Oil Separator, And Means To Prevent Counter Flow And Overfilling Of The Tank D. Vacuum Pump Set-up By Moro Standard E. Equipped With Moro Vacuum Relief Valve And Pressure Relief Valve For Added Safety. Hoses And Hose Container A. Suction And Discharge Hose * 10 Sets Of 3" Diameter X 10 Meters, With Camlocks Couplings At Both Ends (male & Female) * Working Pressure (kgf/cm2):5 * Bursting Pressure (kgf/cm2:17 * Bending Radius (mm):360 B. Hose Container * Two Checked Aluminum Hose Bed Provided On Both Sides, Of Tank, Extending At Full Length Capable To Hold The Suction And Discharge Hoses, With Stainless Steel Railings On Voth Sides Angular Bar Support, Stainless Steel Bolt And Nuts For Hose Bed. Control Panel * On/off Switch For Operation Of Pumps * Gauge And Indications (vacuum Pump Rpm, Vacuum Pressure, Etc.) * Hour Meter For Vacuum Pump * Emergency Stop Hydraulic Pump For Tank Tilting * 24v Hydraulic Pump (electric Type), Complete With Hydraulic Hoses. * Capable Of Tilting Vacuum Tanker At Approx. 45 Degrees. * Control For Raising And Lowering Of Tank, And Opening And Closing Of Tank Lid. Note: 1. Inclusive Of Training And Seminar For The Proper Usage And Maintenance Of The Unit 2. Inclusive Of 3 Years Lto Registration And One (1) Year Gsis Comprehensive Insurance 3. Inclusive Of Free Ewd, Logo, Set Tools And Jack With Tire Wrench 4. Fob San Vicente, Palawan 5. Free 1st Pms At 1,000 Kms. Or 1st 3 Months Whichever Comes First (labor, Lubes, Parts) Other Requirements 1. Preferably From G7 Countries 2. Supplier Must Have An Established Repair Center Or Moa With Repair Centers In Palawan To Ensure Longevity Of The Unit's Operational Service 3. The Supplier Must Be An Authorized Dealer Of The Brand To Ensure The Unit Is Fitted With Genuine Parts And Come With After Sales Services And Components. 4. Payment To The Supplier Is Subject To Retention Of Ten (10%) Based On The Total Contract Amount And Shall Be Returned Only When Original Copy Of Gsis Comprehensive Insurance, Original Copy Of Lto Registration And Vehicle Plate Have Been Submitted To The Procuring Entity. 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days. Bidders Should Have Completed, Within Two (2) 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 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 Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 To February 5, 2025 From The Given Address 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 (₱10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On January 24, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before February 5, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 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 February 5, 2025, 9:30 A.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan 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. 12. For Further Information, Please Refer To: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
Details: This Request For Information (rfi) Notice Is Being Issued By The Department Of The Navy, Naval Surface Warfare Center, Philadelphia Division (nswcpd). Nswcpd Has A Requirement To Procure Steam Critical Spares Refurbishment For Valves. See Attached Draft Statement Of Work For Further Details Regarding These Services/ Accordingly, Nswcpd Is Requesting Information From Any And All Interested Sources In Order To Make An Informed Determination Regarding Procurement Strategy. submission Of Responses: Respondents Shall Provide Capability Statements With Specific Information Regarding Their Ability To Provide The Required Services To Meet The Nswcpd's Needs As Detailed In The Attached Draft Statement Of Work. Responding Statements Are Not To Exceed Ten (10) Pages In Length. Responses Shall Be In Electronic Format (microsoft Word Or Pdf Preferred). A Cover Page For The Response Shall Be Included. The Cover Page Shall Include The Company Name, Address, Cage Code, Business Size Status For North American Industry Classification System (naics) Code Xxxx (xxxxxx), And Points Of Contact (names, Email, And Telephone Numbers) At A Minimum. The Cover Page Is Not Considered In The Total Page Count. nswcpd Will Only Accept Unclassified, Electronic Submissions. Responses Shall Be Sent To Contract Specialist Destiny Speller At Destiny.l.speller.civ@us.navy.mil With The Subject Line "rfi Steam Critical Spares Refurbishment -boilers & Valves." All Responses Must Be Submitted By No Later Than 4:30 Pm On February 19, 2025. this Rfi Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal. This Notice Shall Not Be Construed As A Contract, A Promise To Contract, Or As A Commitment Of Any Kind By The Government. The Government Is Not Seeking Or Accepting Unsolicited Proposals. This Rfi Notice Is Issued Solely For Conducting Market Research In Accordance With Far Part 10 And Gathering Information For Planning Purposes. government Will Not Pay For Any Information Received In Response To This Rfi, And The Government Will Not Compensate The Respondent For Any Cost Incurred In Developing The Response To This Rfi. The Government Will Not Release Any Information Marked With A Proprietary Legend Received In Response To This Rfi To Any Firms, Agencies Or Individuals Outside The Government Without Written Permission In Accordance With The Legend. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. primary Point Of Contact.: destiny Speller contract Specialist destiny.l.speller.civ@us.navy.mil
Province Of Occidental Mindoro Tender
Automobiles and Auto Parts
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 5 Million (USD 86.1 K)
Details: Description 1.the Local Government Unit Of The Municipality Of Magsaysay, Through The Local Government Support Fund- Financial Assistance (lgsf-fa) To Local Government Units Under The Fy 2023 General Appropriations Act Or Republic Act (ra) No. 11936 Intends To Apply The Sum Of Five Million Pesos Only (p 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase Of Vehicle – 1 Unit Disaster Equipment/ Vehicle For Disaster Response And Rescue Activities – Fire Truck (2nd Call) In Barangay Poblacion, Magsaysay, Occidental Mindoro With Contract Identification Number Of Itb-2024-044. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Local Government Unit Of The Municipality Of Magsaysay Now Invites Bids For The Purchase Of Vehicle – 1-unit Disaster Equipment/ Vehicle For Disaster Response And Rescue Activities – Fire Truck: Brand New 2000 Liters Stainless Steel P.t.o. Fire Truck 6-wheeler Unit Equipped W/ Side P.t.o. Driven Rear Mounted 1000 L.p.m. Fire Pump Unit Specifications: *engine: Japan Made Blue Power Diesel Engine With Manual Transmission (euro 4) - Engine Capacity: 2,999cc With Four Cylinder Diesel Engine *chassis: Brand New 6-wheeler Chassis With Large Carrier Type *differential: 5 Stud Heavy Duty 6-wheeler Heavy Duty Large Carrier Differential *water Tank: 2,000 Liters Water Capacity Oval Shape Imported Stainless Steel Water Tank - Water Level Indicator: Manual Type Water Level Indicator With Special Plastic Tubing With Aluminum Frame With Fittings *fire Pump: 1000 Liters Per Min (l.p.m.) Side Power Take Off Driven European Made ( Euro Standard )fire Pump -manufactured With High Quality Light Alloy Aluminum -single Stage Bronze Blower -complying With En (european) Iso 9001:2015 Certification -thermal Expulsion System (to Avoid Overheating) And Mechanical Stuffing Impermeability -self-priming With Automatic Suction System -vacuum Pump Made Of Etial 171 Aluminum Alloy -bronze (rg5 Gin 1705) Bearing Material -manually Controlled Electromagnetic Clutch For Vacuum Engaging -automatic Relieve System By Danfoss Pressure Transmitter -discharge Capacity Of 1000 Lpm - Gauges: 2023 Modern Design Pressure And Compound Gauges With Lcd Monitor System *power Take Off: Brand New Single Output Euro Grade Side P.t.o. (power Take Off) -p.t.o. Rpm Increaser: Equipped With Brand New Euro Grade 1/2.8 Rpm Increaser -european Made P.t.o. (class A) Side P.t.o. With R.p.m. Increaser -complying With En (european) Iso 14001:2015 Certification *equipped With Brand New Original Euro Grade Class A Power Take Off (p.t.o.) Drive Shafts *pump Connection: Stainless Steel Piping System -discharge Valve: 2 Sets Brand New Class A European-grade 2½” Anodized Aluminum Discharge Outlet Valves -suction Inlet: 1 Set Brand New Brass Suction Inlet -tank To Pump Valve: 1 Set Brand New 3” Japan-grade Tank To Pump Ball Valve *body (superstructure): Custom Fire Truck Superstructure “ Fire Tanker Style Body” -roll Up: 1 Set Imported Euro-grade Aluminum Roller Shutter § Designed For Pump Protection And Equipment Storage § Anodized Coating And High Quality Aluminum § Pipe-type Spring Locking For Opening And Closing The Roller Shutter § Specially Designed Aluminum Tumblers With Locking System § Plastic Cording For Water And Dust Proofing -crew Bench: Brand New Semi Open Type Compartment With Roof With Seating For 4 Men § Lined With High Quality Aluminum Checkered Plate Panels § Installed With Cushion For Seats With Plastic Protection -air Conditioning: Brand New Aircon Assembly For Front Cab Included -access Stairs: 2 Sets Custom Made Stainless Steel Access Stairs At The Middle Portion *fire Turret: Brand New Adjustable Nozzle Heart Shape Japan Grade Imported Fire Turret -made Out Of Bronze Bc6 (c83600), Which Is Ideal For Corrosive Environment -cast Ball Joints Fitted With Stainless Steel Ball Bearings And Lubricated With A Grease Mouth -stainless Steel Levers And Pvc Handles -2.5" Outlet Diamater With Angel Of Rotation At 85° Elevation Angle And 40° Depression Angle -capable Of 360° Rotation Adjustable Movement And 1 Types Of Water Output (adjustable) *painting: Imported Hipic High Quality Poly Urethane Paint “fire Red” Color *manufacturer And Supplier Iso Standard Minimum Requirement: -local Company Bidder And Supplier Manufacturer Must Have Iso 9001:2015 For Quality Management Standard For Supply, Delivery And Manufacture Of Fire And Rescue Vehicles. -local Registered Company Bidder And Supplier Must Be Registered In Trading, Sales And Supply Business For Fire Trucks For At Least Minimum Of 15 Years Or More To Assure Top Quality Experience & Training In Service And Maintenance With Specialized Equipments In The Industry. Delivery Of The Goods Is Required Within One Hundred Twenty (120) Calendar Days. 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4.interested Bidders May Obtain Further Information From Local Government Unit Of The Municipality Of Magsaysay And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00 Am To 5:00 Pm). 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 – January 06, 2025 From 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 Five Thousand Pesos Only (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6.the Local Government Unit Of Magsaysay Will Hold A Pre-bid Conference On December 23, 2024 (10:00 Am) At The Office Of The Bids And Awards Committee, 2nd Floor, Municipal Building, Jp Laurel Street, Poblacion, Magsaysay, Occidental Mindoro Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat On Or January 06, 2025 (09:30 Am) Through Manual Submission At The Office Address As Indicated Below. 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 16. 9.bid Opening Shall Be On January 06, 2025 (10:00 Am) At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Local Government Unit Of The Municipality Of Magsaysay 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|taylor Fasching, N741.9|gdh|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|||
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 (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To Extend The Closing Date To 18 February
2025.
all Other Terms And Conditions Remain The Same.
this Is A Ffp Unit Procurement Price To Acquire 10 Each Valve, Regulating, Synsn 7hh 4820 011964230. This Is The Only Nsn Authorized For Procurementagainst This Procurement Order.
the Period Of Performance Is 180 Days From The Date Of This Order. The Vendorwill Make Every Effort To Deliver Prior To The Established Delivery Date Ofthis Order At No Cost Or Liability To Either Party. Early And Incrementaldeliveries Are Authorized.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
this Is A Rated Order Certified For National Defense Use, And The Contract Will Follow All The Requirements Of The Defense Priorities And Allocations System Regulation (15 Cfr 700). The Following Applies To This Purchase Order:
dcma Must Provide Inspection And Acceptance Of All Unit(s) Under This Contract Prior To Shipment. Failure To Ensure Dcma Inspection And Acceptance Occurs Prior To Shipment Will Prevent Or Delay Payment.
contractor Poc Name: ________________
phone Number: _______________
email: _______________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,regulating,sy .
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,regulating,sy Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;78062 20859-001;
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.
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 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.
6.3 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.
Corazon Locsin Montelibano Memorial Regional Hospital doh R6 Tender
Healthcare and Medicine
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 155.4 K (USD 2.6 K)
Details: Description Corazon Locsin Montelibano Memorial Regional Hospital, Through Its Bids And Awards Committee, Intends To Procure Mms Supply (pr#2025-01-0050), Which Will Be Undertaken, In Accordance With Section 53.9 Of The Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided. Kindly Submit Your Quotation/proposal Duty Signed By You Thru Your Duly Authorized Representative Or Courier On Sealed Envelope Not Later Than 28 January, 2025. Copies Of The Following Document Are Required Along With Your Quotation/proposal: 1. Mayor’s/business Permit 2. Philgeps Reg. Number 3. Pcab License (infra.) 4. Income/business Tax Return (for Abc’s Above P500k) 5. Omnibus Sworn Statement Sealed Quotation Will Be Submitted Manually At The Address And Contact Numbers Indicated Below Or Thru Email. **payment Terms Would Be 30 Days After The Completion Of Delivery. Subject To Tax. For Any Clarification, You May Contact Ms. Mary Ann June Araneta At Telephone No. (034) 703 1350 Local 828 / (0923 1227 457 Or Email Address At Clmmrh.procurement@yahoo.com. P.r. # 2025-01-0050 Total Estimated Cost: Php 155,400.00 1 Armoured Tracheal Tube (size 8.5) Made Of Pvc W/ Low-pressure Cuff, Blue Pilot Balloon, Valve For Luer And Luer Lock Syringe, Graduated And Radiopaque Body, Blue-mounted Connector For Fiberoptic Intubation 6,600.00 3 Pc 2 Endotracheal Tube (8.5, Cuffed W/ Inflatable Balloon) 1,400.00 5 Pc 3 Endobronchial (blocker), Fr. 7 46,000.00 2 Set 4 Brochial Blockers Fr.5 33,800.00 2 Pc 5 Brochial Blockers Fr.7 33,800.00 2 Pc 6 Brochial Blockers Fr.9 33,800.00 2 Pc
City Of San Pablo Tender
Automobiles and Auto Parts
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 87.4 K (USD 1.5 K)
Details: Description Rfq-2025-069 (0160-02-04-25) Plate Number: Saa 6405 Parts 1. 2 Pc Tie Rod Inner 2. 2 Pc Tie Rod Outer 3. 1 Pc Center Post 4. 1 Pc Bell Crank 5. 1 Pc Idler Arm 6. 1 Pc Drag Link 7. 2 Pc Wheel Bearing Inner 8. 2 Pc Wheel Bearing Outer 9. 2 Lot Tire (185 R14) Labor 10. 1 Lot Camber Alignment 11. 1 Lot Replace Tie Rod Inner/outer 12. 1 Lot Replace Center Post/idler Arm 13. 1 Lot Replace Bell Crank/drag Link 14. 2 Lot Replace Wheel Bearing Plate Number: B8 B335 Parts 15. 1 Pc Idler Assy 16. 1 Pc Center Post 17. 4 Pc Tie Rod 18. 1 Pc Bell Crank 19. 2 Pc Shaft Kit 20. 2 Pc Ball Joint Lower 21. 2 Pc Ball Joint Upper Labor 22. 1 Lot Camber Alignment 23. 1 Lot Replace Idler Assy 24. 1 Lot Replace Center Post 25. 1 Lot Replace Bell Crank 26. 1 Lot Replace Tie Rod 27. 1 Lot Replace Shaft Kit 28. 4 Lot Replace Ball Joint Upper/lower Parts 29. 1 Pc Evaporator Front 30. 1 Can Compressor Oil Labor 31. 1 Lot Aircon Cleaning 32. 1 Lot Freon Charge Parts 33. 4 Pc 185 R14 34. 4 Pc Rubber Valve 35. 4 Pc Wheel Weights Deadline For Submission Of Bids: February 10, 2025, 11:00 Am Payment Term: 30 Days *for Price Quotations (preferably Through Email At Lgu.spcbac7@gmail.com) Please See Attached Quotation Form (associated Components)
Municipality Of Presentacion, Camarines Sur Tender
Civil And Construction...+2Others, Machinery and Tools
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 185.9 K (USD 3.2 K)
Details: Description I. Direct Cost A. Material Cost A.1 Supply And Installation Of Overhead Water Tank 1 Set/s Stainless Cylindrical Water Tank @ /set (horizontal Type), 2500l Capacity Bestank Or Approved Equal 2 Pc/s Gi Pipe, 1-1/2" Dia. S-40 @ /pc 6 Pc/s Angle Bar, 1-1/2 X 1-1/2 X 1/4 @ /pc 6 Kg/s E6013 Welding Rod, Wipweld @ /kg 5 Pc/s Hacksaw Blade @ /pc 4 Pc/s Cutting Disc, 4" Dia. @ /pc 3 Pc/s Grinding Disc, 4" Dia. @ /pc 1 Gal Metal Primer, Red Oxide @ /gal 4 Bottles Paint Thinner @ /bottle 39 Meter/s Pe Pipe. 3/4, Sdr (moldex) @ /meter 18 Meter/s Pe Pipe, 1" Dia. (moldex) @ /meter 2 Pc/s Gate Valve, 3/4, Hd @ /pc 3 Pc/s Pe Tee, 3/4" @ /pc 8 Pc/s Pe Elbow, 3/4 @ /pc 2 Pc/s Pe Red Socket 3/4 X 1/2 @ /pc 12 Pc/s Teflon Tape, 3/4 @ /pc 1 Pc/s Gi Cap, 1" Dia. @ /pc 4 Pc/s Compression Coupling, 3/4" Dia. @ /pc 2 Pc/s Gi Tee, 1/2" @ /pc A.2 Supply And Installation Of Airconditioning Unit 1 Unit/s 2hp - Spilt-type Inverter Type @ Airconditioning Unit Including 25ft Copper Piping, Insulation, Electrical Outlet, Wiring And Drainline 1 Pc/s Angle Bar, 1-1/2 X 1-1/2 X 1/4 @ /pc 1 Kg/s E6013 Welding Rod, Wipweld @ /kg 1 Pc/s Hacksaw Blade @ /pc 1 Pc/s Grinding Disc, 4" Dia. @ /pc
Alcala Water District Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 133 K (USD 2.2 K)
Details: Description 6 Pcs. Butterfly Valve 4" (100mm) Mechanical Type With Hand Lever Resilient Seated With Epdm Set Cast Iron Body With Double Sided Profile Stainless Steel Shaft Made Of 316 Materials With Multiple Bearing & Shaft Retainer Stainless Steel Sealing Made Of 316 Materials Mirror Polished & Low Torque German Technology 10 Pcs. Coupling 4" (100mm) Black Iron Type Schedule 80 Npt Threaded Interested Suppliers Must Submit The Following Certified True Copy Of Eligibility Requirements: 1. Formal Quotation With Approval Of Sales Manager & President Of Company. 2. Submit Certified True Copy Of The Following Documents: 2.1 Latest Bir Tax Registration Certificate 2.2 Latest Bir Income Tax Return With Proof Of Remittance/payment. 2.3 Latest Bir Tax Clearance Certificate W/ Proof Of Payment. 2.4 Mayors Permit For Cy 2025 With Proof Of Payment. 2.5 Updated Dti / Sec Registration Certificate. 2.6 Updated Philgeps Certificate With Platinum Membership 2.7 Duly Sign & Notarized Omnibus Sworn Statement 2.8 Duly Sign & Notarized Certificate Of Authority For The Representative Of Company. 2.9 Latest Certificate Of Dealership/distributorship For Suppliers 3.0 Brochure / Images Of The Above Items Stating Specifications. Terms & Conditions: 1.) Deadline For Submission Of Quotations And Supporting Documents On January 8, 2024 @ 10:00 Am Cut-off Time Via Electronic Mail And Express Mail Only. 2.) Delivery Period/term – Within 3 Days From Date Of Purchase Order 3.) Delivery Term - Inclusive Of Delivery Charge And Handling, Fob Alcala, Pang. 4.) Price Quoted Are Subject To Deduction Of 5% Vat & 6% Ewt (for Goods) 5.) Goods To Be Supply Is Subject To Inspection/acceptance, Awd Reserves The Right To Cancel, Reject Or Rebid The Items Which Do Not Conform With The Specifications. 6.) Incomplete / Invalid Eligibility Requirements Including Incomplete Specifications And Information Shall Be A Grounds For Technical Disqualification / Rejection Of Quotation. 7.) All Bids/quotations In Excess Of The Abc Will Be Rejected.
Guiuan National High School Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 130 K (USD 2.2 K)
Details: Description 1) 1 Unit Radiator (stock-4033-3 Rows) 2) 1 Set Overhauling Gasket 3) 2 Set/s Piston Ring 4) 3 Pc/s Oil Filter (element) 5) 3 Pc/s Fuel Filter ( Element) 6) 2 Set/s Brake Master 7) 2 Set/s Brake Shoe (front-vk65-h0708r090) 8) 2 Set/s Brake Shoe ( Rear-vk65-h1101r136) 9) 12 Pc/s Brake Rubber Cap-(8s,4l) 10) 3 Liter/s Brake Fluid 11) 2 Pc/s Fan Belt (3450-13x112011) 12) 4 Liter/s Grease 13) 1 Pc Grease Gun 14) 22 Liter/s Engine Oil 15) 5 Liter/s Transmission Gear Oil 16) 5 Liter/s Differential Gear Oil (c140) 17) 1 Set Clutch Master-(primary) 18) 1 Set Clutch Master-(secondary 7/8) 19) 2 Set/s Feed Pump 20) 6 Pc/s Oil Seal (outer, Inner) 21) 2 Pack/s Silicon 22) 8 Pc/s Hose Clip (2 1/2) 23) 1 Set Air Cleaner/filter 24) 5 Gallon/s Coolant 25) 1 Set Valve Seal 26) 5 Liter/s Gear Oil (690) 27) 5 Liter/s Gear Oil (c140) 28) 6 Liter/s Engine Oil For Diesel 29) 6 Liter/s Engine Oil For Gas Engine 30) 10 Meter/s Automotive Wire-white 31) 10 Meter/s Automotive Wire-black 32) 10 Meter/s Automotive Wire-blue #14 33) 10 Meter/s Automotive Wire-red #14 34) 50 Pc/s Automotive Fuse (blade)
9221-9230 of 9818 archived Tenders