Valve Tenders
Valve Tenders
Home Development Mutual Fund Tender
Housekeeping Services
Philippines
Details: Description 1 1 Lot Aircon Maintenance For Pag-ibig Fund Tacloban Branch And Tacloban Housing, Legal Officer And Coa Rviii For The Y2025: Quarterly Maintenance Tacloban Branch *three (3) Unit-3 Tonner Acu's Pn:116-071-20-062, Pn:116-071-20-063 And Pn:116-071-22-139 *four (4) Units- Wall Mounted Acu's Obh-sn70130068, Admin:sn70130068, Ms-11:sn70120067 And Ossco-poea-pn: 116-071-16-003 *two (2) Units- Wall Mlounted Acu's Borongan Mso - Sn540l031800538270130293 Borongan Mso - Sn540k814590538270130114 Tacloban Housing, Legal Officer And Coa Rviii *six (6) Units-2.5hp, Ceiling Mounted Services: A. General Cleaning Once Every Quarter To Include The Following: - Condenser And Evaporator Coils - Air Handling Blower And Condensing Units - Inner And Outer Casing/enclosure To Remove Stains -check System Leaks, -check Field Wiring, -check Unit For Electrical Service Line Expansion Valve (package Type), Thermostat Control Switches, -lubrication Of All Moving Parts And Bearing, -check Up Operating Pressure B. Free Labor For Every Replacement Of Parts But Said Parts Should Be Procured By Hdmf. C. Trouble Shooting Of Units That Are Not Functioning Properly Within 24hrs From Request. - Must Submit Updated Legal Documents/documentary Requirements (if Expired) For Y2025 Based On The Attached Annex A (nos 1 To 4) *abc = Php210,000.00 X-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x-x
Closing Date20 Jan 2025
Tender AmountPHP 210 K (USD 3.5 K)
BARANGAY TANGLAW, BRAULIO E DUJALI, DAVAO DEL NORTE Tender
Automobiles and Auto Parts
Philippines
Details: Description Specifications: Brand New Fx 4x2 M/t Engine: Model: 2gd-ftv (low) Type: 2.4l Diesel, 4-cylinder, 16-valve Dohc Variable Nozzle Turbo With Front Mounted Intercooler Displacement: 2393 Cc Maximum Output: 147/3,400 Hp/rpm Maximum Torque: 343/1,400-2,800 Nm/rpm Transmission: 5-speed M/t Fuel System: Fuel Injection W/common Rail Chassis: Suspension: Front-double Wishbone; Rear-leaf Spring Rigid Axle Brakes: Front-ventilated Discs; Rear-leading-trailing Drums Steering System: Rack And Pinion With Power Assist Tire/wheels: 205/70 R15 Steel Drivertrain: 4x2 Dimension And Weight: Overall Length X Width X Height: Mm-5,490 X 1,800 X 2,014/5,200 X 1,800 X 1,690 Wheelbase: Mm-3,805 Tread: Front/rear Mm-1,510/1,510 Exterior: Headlamps: Multi-reflector Halogen Bumper: Resin Front Grille: Resin Outside Rear View Mirror: Resin Interior: Seats: Front-driver: Sliding/reclining With Headrest; Passenger: Reclining With Headrest Rear- 2 Row Split/space-up Seats Seat Material: Front: Vinyl; Rear- Vinyl Steering Wheel: Urethane Meter Gauges: Analog Inside Rear View Mirror: Day And Night Instrument Panel And Center Cluster: Black Shift Knob: Urethane Sunvisor: Driver (with Ticket Holder) & Passenger Function: Airconditioning System: Rear-manual; Rear-optional Audio System: 2-din Cd/tuner/mp3/usb With Auxillary Input, 2 Speakers Safety: Srs Airbags: Driver (w/ Knee) & Front Passenger Displacement: Front-3 Point Elr X 2 Pretensioner Force Limiter Inclusions: Blinker Stickers ( Brgy. Logo, "barangay Tanglaw" & " Rescue Vehicle" Built-in Mega-phone
Closing Date21 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.3 K)
BARANGAY NAGRANGTAYAN SANCHEZ MIRA CAGAYAN Tender
Furnitures and Fixtures
Corrigendum : Closing Date Modified
Philippines
Details: Description Comfort Room 135 Pcs 4" Chb Non Load Bearing 12 Bags Portland Cement 2 Load Fine Sand/aggregate Mix 1 Pc Hardwood Door With Frame And Accessories 1 Pc 0.4*0.6 Aluminum Awning Window 1 Set Water Closet W/ Fittings 1 Pc Urinal W/ Fittings 2 Pcs 4" Pvc Pipes 1 Pc 2" Pvc Pipes 1 Pc 4" X 2" Wye Reducer 1 Pc 4" Clean Out Plug 6 Pcs 1/2" Ppr Pipe 4 Pcs 1/2" Ppr Elbow 1 Pc 1/2" Gate Valve 1 Pc 1/2" Stainless Faucet 1 Pc 4" X 4" Stainless Floor Drain 7 Pcs 2" X 4" X 2.0 Mm Thk Tubular Bars 1 L.s. Electrical Lightning And Wirings 60 Pcs Wall 60 X 60 Tiles 15 Pcs Floor 60 X 60 Tiles 6 Bags Tile Adhesive 1 Set Lavatory W/ Cabinet Ceiling 10 Pcs 2" X 4" 10' Wood 6 Kgs Assorted Nails 4 Pcs 1/2" Fiber Cement Board Stair And Receiving Area 24 Pcs 300 X 600 Mm Tiles 6 Pcs Stair Trim 120 Pcs 60 X 600 Mm Floor Tiles 27 Bags Tile Adhesive 4 Pcs Tile Cutter Blade Painting 2 Ltrs Masonry Neutralizer 2 Pails Permacoat Flat Latex 2 Pails Acrytex Cast 4 Pails Permacoat Latex Flat (colored) 4 Sets Roller Brush With Pan 4 Pcs Paint Brush Assorted Sizes Others 1 Set Narra Door (entrance) 2.1 X 1.0 1 Set Door Knob Set Waterproofing 3 Pails Buildrite Sapal 2 In 1 Elastomeric Waterproofing 2 Sets Roller Brush With Pan
Closing Date5 Feb 2025
Tender AmountPHP 326.1 K (USD 5.5 K)
Municipality Of Alabel, Sarangani Province Tender
Machinery and Tools
Philippines
Details: Description Republic Of The Philippines Province Of Sarangani Email: Bacalabelpr@gmail.com Tel. No. (083) 892-5626 Request For Quotation 1 1 Piece P.e End Cap 4'' Dia. 2 2 Piece P.e Tee Reducer 4'' Dia.x 3'' Dia. 3 2 Piece P.e End Cap 3''dia. 4 30 Length Upvc Pipe S10 W/ Hub 4'' Dia.x 6m 5 26 Length Upvc Pipe S10 W/ Hub 3'' Dia.x 6m 6 3 Piece Upvc Long Elbow 4'' Dia. X 90 Deg. 7 6 Piece Upvc Elbow 4'' Dia.x 45 Deg. 8 2 Piece Upvc Coupling Reducer 4'' Dia.x 3''dia. 9 2 Unit Mechanical Gate Valve 4'' Dia. 10 3 Piece Mechanical Tee 4'' Dia. *****nothing Follows***** Deadline Of Submission: February 18,2025 (late Bids Shall Not Be Accepted) Instructions/notes To Bidders: 1. Please Indicate The Following Information In Your Bid: A.) Company Name, Address, Tel.no./e-mail; B.) Philgeps Registration Certificate No. And Date Of Validity; C.) Bidder's Offer (technical Specification/brand) Per Item; D.) Unit And Total Price; E.) Name Of Bidder's Authorized Representatives; And F.) Signature And Date. 2. Bids/quotations Should Be Submitted Directly To The Bac Secretariat Office On Or Before The Deadline Of Submission. 3. Suppliers Are Required To Submit The Following Prior To The Notification By The Bac Of The Award: A.) Registration Certificate Number; B.) Mayor's/business Permit Or Its Equivalent Document; C.) Income/business Tax Return (for Abcs Above P500k); D.) Omnibus Sworn Statement (for Abcs Above P50k) E.)professional License/curriculum Vitae (consulting Services) F.pcab License (infra.) 4. Bids Should Be Valid For 60 Days Counted From The Deadline Of Submission. 5. Delivery Period: Thirty (30) Calendar Days For Small Value & Shopping And (7) Calendar Days For Emergency Procurement Upon Receipt Of Approved Purchase Order.
Closing Date18 Feb 2025
Tender AmountPHP 197.2 K (USD 3.4 K)
NATIONAL PARK SERVICE USA Tender
Civil And Construction...+1Drainage Work
United States
Details: Sources Sought (market Survey): The National Park Service (nps) Is Conducting A Market Survey To Determine The Interest And Capability Of Contractors For An Upcoming Project. All Costs Associated With Providing Information In Response To This Market Survey Shall Be The Responsibility Of The Firm. Any Information Submitted Is Voluntary. The Contracting Officer Will Make An Acquisition Strategy Determination Based On The Results Of This Market Survey. Interested Parties Shall Email The Contracting Specialist (see Below) With A Brief Statement Of Their Capabilities, Their Status As A Small Business (yes Or No), And Any Socioeconomic Set-asides They Are Registered Under (e.g. Sdvosb, Wosb, Isbee, Etc.)the Work Will Consist Of Providing All Labor, Materials, Tools And Other Equipment Necessary For Removal And Replacement Of The Sanitary Sewer System At The Kyles Landing Comfort Station Within Buffalo National Riverway In Northern Arkansas. This Will Include Removal Of The Existing Septic Tanks, Installation Of A New Septic Tanks, New Dual Pump Lift Station And Valve Vault With Automatic Controls/flow Measurement, New Force Main, And New Mound/drain Field. Work Is Anticipated To Begin In April Or May Of 2025.the Naics Code For This Project Is 238910, Septic System Contractors, With A Small Business Size Standard Of $19m. The Magnitude Of Construction Anticipated Is Between $250,000 And $500,000. Interested Contractors Should Also Consider Their Construction Bonding Capacities When Responding.contractor Must Be Registered As A Small Business Under The Listed Socio-economic Categories In Sam (system For Award Management) Under Naics Code 238910 To Be Considered/confirmed.this Market Research Is Being Conducted To Acquire Additional Information About Potential Contractors That May Be Interested In Performing This Work. This Is Not An Invitation For Bid (ifb) Or Request For Proposal (rfp) And Does Not Constitute Any Commitment By The Government To Issue Any Solicitation. All Interested Firms Must Respond To Future Solicitation Announcements Separately From Responses To This Market Survey. Any Solicitation That May Be Issued Will Be Posted On Sam.gov.all Responses Must Be Submitted Via Email Not Later Than 1200 Cst, 14 February 2025. Email Address: Matthew_frank@nps.gov. Include The Reference Number 140p6225b0001 In The Subject Line.
Closing Date14 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
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|||
inspection And Acceptance - Short Version|8|x||x||||||
desired And Required Time Of Delivery (june 1997)|29|0001|4|180|||||||||||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd||||||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
small Business Program Representations (feb 2024)|4|||||
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
2024.
all Other Terms And Conditions Remain The Same.
this Is A Ffp Unit Procurement Price To Acquire 6 Each Valve, Assembly, Maninsn 7hh 4820 014901867. 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 Assembly,mani .
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 Assembly,mani Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;78062 21836-001;
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.
Closing Date18 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
desired And Required Time Of Delivery (june 1997)|29|0001|5|180|||||||||||||||||||||||||||
stop-work Order (aug 1989)|1||
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||||||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
small Business Subcontracting Plan (sep 2023)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
limitation Of Liability--high-value Items ($100k)(feb 1997)|1||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
small Business Program Representations (feb 2024)|4|||||
annual Representations And Certifications (may 2024)|13|332919|750||||||||||||
facsimile Proposals (oct 1997)|1||
type Of Contract (apr 1984)|1|firm-fixed|
alterations In Solicitation (apr 1984)|3||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To Update The Following:
the Closing Date For Quotes Is Hereby Extended To 19 February 2025.
all Other Terms And Conditions Remain The Same.
this Is A Ffp Unit Procurement Price To Acquire 5 Each Valve, Linear, Direct,nsn 7hh 4180 014885494. 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,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 Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;78062 21834-001;
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.
Closing Date19 Feb 2025
Tender AmountRefer Documents
Guiuan National High School Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Philippines
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)
Closing Date3 Feb 2025
Tender AmountPHP 130 K (USD 2.2 K)
Alcala Water District Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
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.
Closing Date7 Jan 2025
Tender AmountPHP 133 K (USD 2.2 K)
Municipality Of Presentacion, Camarines Sur Tender
Civil And Construction...+2Others, Machinery and Tools
Philippines
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
Closing Date6 Jan 2025
Tender AmountPHP 185.9 K (USD 3.2 K)
9231-9240 of 9818 archived Tenders