Tender Results of Dept Of The Navy Usa

Tender Results of Dept Of The Navy Usa

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Amendment 0002: the Purpose Of This Amendment Is To Extend The Closing Date From 14-jun-2021 1000 Est To 17-jun-2021 1000 Est. amendment 0001: the Purpose Of This Amendment Is To Provide Questions And Answers From Industry.   solicitation
Contract Date16 Jul 2021
Contract AmountUSD 449.7 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Lcs Class Ship Waterjet Procurement
Contract Date16 Jul 2021
Contract AmountUSD 3.3 Million 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Nsn 1h-4730-016861998-x5, Tdp Ver 001, Qty 6 Ea, Deliver To W25g1u, W1a8 Dla Distribution, New Cumberland, Pa 17070-5002, Deliver To W62g2t, W1a8 Dla Dist San Joaquin, Tracy, Ca 95304-5000. The Government Has Rights To The Technical Data, The Data Package Is Complete, And There Are No Technical Data, Engineering, Tooling Or Manufacturing Restrictions. (this Is The Only A/rmsc That Implies That Parts Are Candidates For Full And Open Competition. Other A/rmscs Such As K, M, N, Q, And S May Imply Limited Competition When Two Or More Independent Sources Exist Yet The Technical Data Package Is Inadequate For Full And Open Competition.) A/rmcs 1 Or 2 Are Valid. The Proposed Acquisition Is 100% Set Aside For Small Business Concerns (see Far Clause 52.219-6, Notice Of Total Small Business Set-aside). The Specific Type Of Set-aside Will Be Addressed In The Solicitation Through Inclusion Of One Of The Appropriate Clauses Listed Here: Far 52.219-3 Notice Of Hubzone Set-aside Or Sole Source Award Far 52.219-27 Notice Of Service-disabled Veteran-owned Small Business Set-aside Far 52.219-29 Notice Of Set-aside For Economically Disadvantaged Women-owned Small Business Concerns Far 52.219-30 Notice Of Set-aside For Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program Dfars 252.226-7000 Notice Of Historically Black College Or University And Minority Institution Set-aside Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single Stock Point (dodssp) At Document Automation And Production Service (daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assist Help Desk At 215-697-6396 (dsn: 442-6396), Or Mail Their Request To Dla Document Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation.
Contract Date15 Jul 2021
Contract AmountUSD 23.1 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
58--tuner,radio Frequen, In Repair/modification Of
Contract Date15 Jul 2021
Contract AmountUSD 261.8 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
41--fan,vaneaxial, In Repair/modification Of
Contract Date15 Jul 2021
Contract AmountUSD 360 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Sources Sought For Commercial Items   general Information: document Type: sources Sought Notice solicitation Number: n6339421q0073 posted Date: 4/27/2021 original Response Date: 5/11/2021 product Service Code: 5999 set Aside: none naics Code: 335413 description: market Survey – Request For Information:  The Naval Surface Warfare Center, Port Hueneme Division Issues This Sources Sought Notice As A Means Of Conducting Market Research To Identify Interested Parties For This Requirement.  This Sources Sought Notice Is Focused On Identifying Capabilities In The Market Place And Resources To Support This Requirement, As Well As Obtaining Related Technical Information For The Procurement Of The Items Listed Below. the Result Of This Market Research Will Contribute To Determining The Method Of Procurement.  The Applicable North American Industry Classification System Code Assigned To This Procurement Is 335413.  The Product Service Code Is 5999. the Envisioned Item Anticipated To Be Procured From A Contractor As A Result Of A Potential Future Solicitation Is Identified Below.  Item Is Brand Name Cirris Ch2 System.  No Substitutions.  No Used Or Refurbished Or Gray Area Items.  Vendors Must Be Authorized Distributors Or Resellers Only. method Of Issue: Other Than Full & Open Competition the Naval Surface Warfare Center Port Hueneme Division Is Seeking The Following Requirement; description Of Products Or Services part Number: Cch2-bu model: N/a description: Cirris Chassis quantity: 10             Part Number Is Commercial  part Number: Cch2-ha model: N/a description: Ch2 160- Test Point Scanner quantity: 50 part Number Is Commercial part Number: Cch2-es model: N/a description: Ch2 Energization System-160 Pt. quantity: 10             Part Number Is Commercial  instructions To Industry: requested Information:  The Navy Requests The Following Information From Parties Interested In Responding To This Sources Sought Notice: company Name, Address, Cage Code, Duns. response Point Of Contact Name, Telephone Number, Email Address, And Website Url. tailored Information Describing Company Capabilities, Resources, Experience, And Product Lines That Demonstrate An Ability To Provide The Items Described Above. business Size, Special Size Sub-category, And Type Of Ownership For The Company. rough Order Of Magnitude Cost Estimate To Provide The Items In The Quantity Described Above feedback And Questions Regarding The Feasibility Or Challenges For Providing The Items Described Above information Regarding The Commerciality Of The Items Described Above information Herein Is Based On The Best Information Available At The Time Of Publication, Is Subject To Revision, And Is Not Binding Upon The Government.  the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To: provide Supplies Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipate secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements. based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions. submission Instructions: interested Parties Who Consider Themselves Qualified To Provide The Above-listed Items Should Respond To This Sources Sought Notice.  Responses Are Required To Be Received No Later Than 3:00 Pm Pacific Time On 11 May 2021.  Responses Should Be Provided In Formats Compatible With Microsoft Office 2010 For Windows Or Adobe Portable Document Format (pdf).  Receipt Of Responses Will Be Acknowledged.  Responses Will Not Be Returned.  Following The Date Of Response Submission, The Government May Contact Respondents To Seek Clarification Of Submitted Information.  All Responses Under This Sources Sought Notice Shall Be Submitted To Arthur Wynn At Arthur.p.wynn@navy.mil.   if You Have Any Questions Concerning This Opportunity, Please Contact:  Arthur P. Wynn At Arthur.p.wynn@navy.mil.  the Government Will Not Pay For Any Information Received In Response To The Sources Sought Notice Nor Will The Government Compensate Respondents For Any Cost Incurred In Developing Information For, Participating In Meetings With, Or Engaging In Discussions With The Government. proprietary And Limited Distribution:  It Is Incumbent Upon Parties Providing Responses To This Sources Sought Notice To Identify All Data Contained Within That Is Proprietary Or Has Limited Distribution Requirements.  All Information Marked As Proprietary Information Will Be Safeguarded To Prevent Disclosures To Non-governmental Personnel And Entities. there Is No Solicitation At The Current Time And No Funding Is Available For Contractual Efforts.  This Sources Sought Notice Does Not Constitute An Invitation For Bids, A Request For Quote, Or A Request For Proposal And It Should Not Be Construed As A Commitment Of Any Kind By The Government To Issue A Formal Solicitation Or Ultimately Award A Contract.  The U.s. Government Is In No Way Liable To Pay For Or Reimburse Any Companies Or Entities That Respond To This Announcement.  Additionally, Any Costs Incurred By Interested Companies In Response To This Announcement Will Not Be Reimbursed And Are Not Considered Allowable Direct Charges To Other Contracts Or Tasking.
Contract Date15 Jul 2021
Contract AmountUSD 389.3 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
29--pump,fuel,metering, In Repair/modification Of
Contract Date15 Jul 2021
Contract AmountUSD 449 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
58--modulator,radar, In Repair/modification Of
Contract Date15 Jul 2021
Contract AmountUSD 495 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Infrastructure Reset Demo Buildings - Package E
Contract Date15 Jul 2021
Contract AmountUSD 979.6 K 

DEPT OF THE NAVY USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Contact Information|4|n744.9|hqf|email Only|james.velez@navy.mil| item Unique Identification And Valuation (mar 2016)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (dec 2018)|16|combo Report|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(deviation 2020-o0019) (jul 2020))|3|||| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2020)|13|334514|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation Criteria And Basis For Award-|1|| 1. This Solicitation Is For The Procurement Of 11 Each Nsn 6680-01-690-8795 In Accordance With Reference Number 7378e65-149. Please Provide A Firm Fixed Unit Price That Incorporates All Of The Associated Costs To Manufacture, Package, And Ship This Item. 2. Government-source Inspection And Acceptance (g-s I&a) Is Required. If The G-s I&a Will Occur At A Different Cage From The Award Cage, Please Provide The Facility And/or Packaging Cages With The Quote. 3. Mil-std Packaging Is Required And It Will Not Be Waived. 4. Please Provide The Following Information In The Procurement Quote: A. Your Cage (used As The Awardee Cage):___________________ B. The Unit Procurement Price: $____________________________________ C. Procurement Turn-around Time (number Of Days From Date Of Award To Shipment Of Manufactured Unit(s):_______days D. The Manufacturing Cage _____________ And Packaging Cage____________ (as Described In #2). 5. Please Note: We Are Requesting That The Quote's Validity Extend For 6 Months From The Proposal Submission Date. 6. Please Submit A Procurement Quote To James Velez Via Email: James.velez@navy.mil. All Other Delivery Methods (i.e., Fax, Neco, Etc.) Will Not Be Accepted. 7. Please Read This Solicitation In Its Entirety. Direct Questions Regarding This Solicitation To The Person Listed Above (#6). 8. The Government Does Not Own The Drawings Or Data Rights To This Item. Therefore, We Will Not Be Able To Provide Drawings Or Technical Specifications For This Nsn. 9. Small Business Set-aside Has Been Dissolved; There Is Only One Known Supply Source. 10. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Ind Tubular Gage Gl . 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 Ind Tubular Gage Gl Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;clark-reliance Corp (74965) e-283-021-20; 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. 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.
Contract Date14 Jul 2021
Contract AmountUSD 475.8 K 
4391-4400 of 5015 active Tender Results