Aerospace And Defence Tenders
Aerospace And Defence Tenders
U S COAST GUARD USA Tender
Aerospace and Defence
United States
This Is A Combined Synopsis/solicitation For Commercial Item Contract, Prepared In Accordance With The Format In Subpart 12.6 Of The Far And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Separate Written Solicitation Will Not Be Issued.
solicitation Number 2125405b4500zh011 Applies, And Is Issued As A Request For Quotation.
this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-02(feb 2023).
this Procurement Is 100% Set Aside For Small Business. The North American Industry Classification System (naics) Code Is 336611 And The Business Size Standard Is 1000 Ppl. U.s. Coast Guard Surface Forces Logistics Center Intends To Award A Firm Fixed Price Contract.
all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency Companies Must Be Registered With System For Award Management (sam) @ Www.sam.gov And Shall Provide The Company Sam Id & Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is _january 3 , 2025_, At _12_ P.m. Eastern Standard Time.
Item 0001 – Nsn 3040 01-650-9084
cylinder, Acutating, Linear
linear Actuating Cylinder Hamilton Jet P/n Hj112079.
cylinder Reverse Hsrx Mk2 213. End Item 2010-98-206-2591 Propelling Unit, Outboard.
p/n: Hj213 01 000
Quantity: 15 Ea Delivery Date: 01/24/2025
Unit Price:_______________ Total: _____________
place Of Delivery Is: Uscg Yard, 2401 Hawkins Point Road, Bldg 88, Baltimore, Md 21226.
**** Please Quote Prices Fob Destination. ****
the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Http://www.arnet.gov/far. Far 52.212-1 Instructions To Offerors-commercial Items (mar 2023). 1. Parties Responding To This Solicitation May Submit Their Offer In Accordance With Their Standard Commercial Practices (e.g. On Company Letterhead, Formal Quote Form, Etc.) But Must Include The Following Information: A) Company’s Complete Mailing And Remittance Addresses, B) Discounts For Prompt Payment If Applicable C) Cage Code, D) Sams Unique Entity Id,
e) Taxpayer Id Number.
offerors Shall Agree To The Delivery Condition By The Government.
offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items With Their Offer.
52.212-2 Evaluation-commercial Items (oct 2014). – Delivery, Pricing And Relevant Past Performance Are The Evaluation Factors. This Is A Commercial Item Acquisition. Award Will Be Made To Lowest Cost Technically Acceptable. All Evaluation Factors Will Be Considered As Delivery Is As Important As Cost. The Government Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforms To The Solicitation, And Provides The Government With The Lowest Cost Technically Acceptable And Meeting Our Pdd. The Evaluation And Award Procedures In Far 13.106 Apply.
far 52.212-3 Offeror Representations And Certifications-commercial Items (oct 2018) With Alt 1 Included Are To Be Submitted With Your Offers.
far 52.212-4 Contract Terms And Conditions-commercial Items (dec 2022) Applies To This Acquisition.
far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders, Commercial Items (mar 2023).the Following Clauses Listed In 52.212-5 Are Incorporated:
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub.l. 109-282)(31 U.s.c. 6101 Note).
52.204-13, System For Award Management Registration (oct 2018)
52.219-6, Notice Of Total Small Business Aside (nov 2020) (15 U.s.c. 644).
52.219-28, Post Award Small Business Program Rerepresentation (mar 2023) (15 U.s.c. 632 (a)(2).
52.222-3 Convict Labor (june 2003) (e.o. 11755)
52.222.19 Child Labor-cooperation With Authorities And Remedies (jan 2018) (eo 11755)
52.222-26 Equal Opportunity (sep 2016)(e.o. 11246)
52.222-36, Affirmative Action For Workers With Disabilities (jul 2014) (29 U.s.c. 793).
52.222-50, Combating Trafficking In Persons (jan 2019) (22u.s.c.chapter78 And E.o. 13627)
52.223-18, Contractor Policy To Ban Text Messaging While Driving (aug 2011) (e.o. 13513).
52.225-1, Buy American-supplies (oct 2022) (41u.s.c.chapter83)
52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration (oct 2018)(31.s.c. 3332).
52.222-41, Service Contract Act Of 1965 (aug 2018) (41 U.s.c. 351, Et Seq.).
52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014)(29 U.s.c. 206 And 41 U.s.c. 351, Et Seq.).
52.233-3 Protest After Award (aug. 1996.)
52.233-4 Applicable Law For Breach Of Contract Chain (oct.2004).
defense Priorities And Allocations System (dpas): N/a
quotes Are Due By 12:00 Pm Est On 3 January 2025. Quotes May Be Emailed To Brandie.r.dunnigan@uscg.mil
poc Is Brandie Dunnigan, Procurement Agent, (571) 607-2369.
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Proposed Procurement For Nsn 5305017022044 Screw,cap,hexagon H:
line 0001 Qty 800 Ui Ea Deliver To: W0ml Usa Dep Tobyhanna By: 0020 Days Ado
the Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Digitized Drawings And Military Specifications And Standards May Be Retrieved, Or Ordered, Electronically.
all Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered.
quotes Must Be Submitted Electronically.
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Pre-solicitation And Reacted J & A For Spe4a825q0024
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Nsn 1r-1680-016870344-bl, Ref Nr 4166as0533-101, Qty 22 Ea, Delivery Fob Origin. This Is A Sole Source Requirement. The Government Physically Does Not Have In Its Possession Sufficient, Accurate, Or Legible Data To Contract With Other Than The Current Source. One Or More Of The Items Under This Acquisition Is Subject To Free Trade Agreements. (far 52.225-3). One Or More Of The Items Under This Acquisition Is Subject To The World Trade Organization Government Procurement Agreement And Free Trade Agreements. (far 52.225-5) These Items Require Government Source Approval Prior To Award. If You Are Not An Approved Source, You Must Submit, Together With Your Proposal, The I Nformation Detailed In The Navsup Wss Source Approval Brochure Which Can Be Obtained On The Internet At Https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. For Information Or Questions Regarding This Notice, Please Contact Casey Brown At The Email Address: Casey.m.brown20.civ@us.navy.mil.
Closing Date6 Jan 2025
Tender AmountRefer Documents
City Of Umhlathuze Tender
Machinery and Tools...+1Aerospace and Defence
South Africa
Rfq-spares Material For Machinery (sports)
Closing Date14 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Electronics Equipment...+2Electrical and Electronics, Aerospace and Defence
Corrigendum : Closing Date Modified
United States
10/22/2024 Amendment 1: The Primary Point Of Contact Is Changed.
01/08/2025 Amendment 2: The Purpose Of This Amendment Is To Change The Quantity (qty) Located On Page 2 Of The Rfq, Item 0014,ecal Module 50 Ghz 2-port 2.4 Mm, From A Qty Of 2 To A Qty Of 1. Offers Are Due By 14 January 2025 At 4pm Est. All Other Terms And Conditions Remain Unchanged.
the Naval Research Laboratory (nrl), Surface Electronic Warfare Section Within The Tactical Electronic Warfare (code 5700) Has A Requirement For The Following Brand Name Or Equal Equipment Provided By Keysight Technology, Inc. And Accessories:
n5225b 10 Mhz To 50 Ghz Pna Network Analyzer
n5225b-401 4-port With Second Source, Configurable Test Set, Reference Mixer Switch
n5225b-uny Enhanced Low Phase Noise Performance
s93011b Enhanced Time Domain Analysis With Tdr Node-locked Perpetual License
s93082b Scalar Mixer/converter Measurements Node-locked Perpetual License
s93084b Embedded-lo Capability Node-locked Perpetual License
s93086b Gain-compression Measurements Node-locked Perpetual License
s93087b Intermodulation Distortion Measurements
s93088b Source Phase Control Node-locked Perpetual License
u8487a Power Sensor; Usb Average Thermocouple, 10mhz-50ghz
u2000a-301 Power Sensor Cable; 5-ft (1.5m)
u8487a-100 Connector 2.4mm, (dc Block) 10mhz-50ghz
ps-s20-01 Startup Assistance, Daily
2 N4693d Ecal Module 50 Ghz 2-port 2.4 Mm
n4693d-00a Add 2.4 Mm Adapters
n4693d-m0f One Male Connector And One Female Connector
n4693d-0dc Dc To 50 Ghz
this Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The Manufacturer's Warranty.
vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized Dealer, An Authorized Distributor, Or An Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions
offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An Authorized Distributor/reseller For The Specific Items Being Procured.
Closing Date14 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Proposed Procurement For Nsn 1680010446790 Support Assembly,hy:
line 0001 Qty 17 Ui Ea Deliver To: Taiwan Army By: 0005 Days Ado
approved Source Is 97499 209-001-214-001.
the Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Specifications, Plans, Or Drawings Are Not Available.
all Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered.
quotes Must Be Submitted Electronically.
Closing Date14 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 12, Using Simplified Acquisition Procedures Found At (far 13), As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Shall Be Posted To Sam.gov. The Rfq Number Is(spmym325q6014x). This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-01 November 12, 2024, And Dfars Change Notice Publication Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address:
https://www.ecfr.gov And Https://www.acquisition.gov/content/list-sections-affected And Http://www.acq.osd.mil/dpap/dars/change_notices.html.
the Fsc Code Is (5340) And The Naics Code Is (331491). The Small Business Standard Is 900 Employees.this Requirement Is Being Processed Utilizing As Full And Open Competition.
evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Ppirs Will Be Used To Determine Vendor Responsibility. Potential Contractors Will Be Screened For Responsibility In Accordance With Far 9.104.
offerors Are Required To Submit Descriptive Literature To Show How Their Quotation Meets The Required Specifications. Failure To Provide This Information May Result In Your Quotation Being Determined Technically Unacceptable.
the Portsmouth Naval Shipyard Requests Responses From Qualified Sources Capable Of Providing:
interested Parties Must Fill Out The Request For Quote Titled, “25q6014x Rfq Required” In The Attachment Section.
item Description Qty U/i
0001 Safety Track Assy 1680 Ft
Safety Track Assy To Consist Of Plate (similar To Pc 23 Of Dwg 179-6985175 Rev Xa): 0.625-in Thk/ Mil-s-22698 / Eh-36t, Cl-p And I Section (similar To Pc 24 Of Dwg 179-6985175 Rev Xa): S6 X 17.25 / 6.000" X 3.625" X 17.25# / Mil-s-22698 / Ah-36, Cl-u.
Fabricate 20-ft Sections Similar To Assy Sa5t Of Dwg 179-6985175/xa (see Sheets 21 & 21-1). Joint To Weld I-section To Plate Shall Be A 3/8-in Pt2s.1 In Accordance With Mil-std-1688. A Vt And Mt Inspection Shall Be Conducted In Accordance With T9074-ad-gib-010/1688 The Welding And Inspection Process Shall Be Captured With A Code 138 Qualified Welding Procedure. C503 Dwg 6985175/xa Is Saved In The Drawing File Under Doc# 427542811 In The "p" Drive.
**do Not Add Holes Into Sections As Shown In Detail 19-4e Of Dwg 179-6985175 Rev Xa. Holes Shall Be Completed Once Section Is Cut To Length And Preped On Site.**
*note: Drawings To Be Provided Separately Upon Request And Receipt Of A Valid Dd Form 2345 And Signed Security Agreement.
0002 Data Requirements For 0001 1 Ea Nsp Nsp
A001 Exhibit A, Seq A001
See Exhibit “a” Seq A001: Cdrl Di-misc-81356a (certificate Of Compliance)
0003 Data Requirements For 0001 1 Ea Nsp Nsp
A002 Exhibit A, Seq A002
See Exhibit “a” Seq A002: Cdrl Di-misc-80678 (certificate / Data Report)
0004 Data Requirements For 0001 1 Ea Nsp Nsp
A003 Exhibit A, Seq A003
See Exhibit “a” Seq A003: To Be Vendor's Weld Procedures Per Navsea Tech Pub T907 4-ad-gib-0 10/1688 Rev-i And Dwg-6985175/xa. The Vendor Must Submitt Their Welding
Procedures To Pns Code 138.2 Prior To Performing Any Welding. Di-misc-80875 And Pns Clause C.513 Apply.
0005 Data Requirements For 0001 1 Ea Nsp Nsp
A004 Exhibit A, Seq A004
See Exhibit “a” Seq A004: To Be Vendor's Vt Procedure. Vendor Shall Submit Their Vt Procedure Ia W Navsea Tech Pub T9074-ad-gib-010/1688 Rev-i, Acceptance Criteria To Be Per Mil-std-2035 To Pnsy Code 135t For Review And Approval Prior To Performing Any Vt. Udi-t-23732b And Pns Clause C.514 Apply.
0006 Data Requirements For 0001 1 Ea Nsp Nsp
A005 Exhibit A, Seq A005
See Exhibit “a” Seq A005: To Be Vendor's Mt Procedure. Vendor Shall Submit Their Mt Procedure Ia W Na Vsea T9074-ad-gib-0 10/1688 Rev-i, Acceptance Criteria To Be Per Mil-std-2035 To Pnsy Code 135t For Review And Approval Prior To Performing Any Mt. Udi-t-23732b And Pns Clause C.514 Apply.
0007 Data Requirements For 0001 1 Ea Nsp Nsp
A006 Exhibit A, Seq A006
See Exhibit “a” Seq A006: To Be Vendor's Vt Test Results/report. Vendor Shall Submit Their Vt Test Results/report. Pns Clause C.512 And Di-ndti-80809b Apply.
0008 Data Requirements For 0001 1 Ea Nsp Nsp
A007 Exhibit A, Seq A007
See Exhibit “a” Seq A007: To Be Vendor's Mt Test Results/report. Vendor Shall Submit Their Mt Test Results/report. Pns Clause C.512 And Di-ndti-80809b Apply.
note: Offerors Must Complete The Attached Provisions 52.204-24, 52.204-26, 252.204-7016, And 252.204-7019 And Include The Completed Provisions With
their Offer.
far Clauses And Provisions
52.204-7, System For Award Maintenance
52.204-9, Personal Identity Verification Of Contractor Personnel
52.204-13, Sam Maintenance
52.204-19, Incorporation By Reference Of Representations And Certifications
52.204-24* See Attachment For This Provision
52.204-26* See Attachment For This Provision
52.204-29 Fascsa Representation* See Attachment For This Provision
52.211-14, Notice Of Priority Rating
52.211-15, Defense Priority And Allocation Requirements
52.211-17, Delivery Of Excess Quantities
52.212-1, Instructions To Offerors - Commercial Products And Commercial Services
52.212-3, Offeror Reps And Certs - Commercial Products And Commercial Services
52.212-4, Contract Terms And Conditions – Commercial Items
52.219-1 Alt 1 Small Business Program Representations
52.222-22, Previous Contracts & Compliance Reports
52.222-25, Affirmative Action Compliance
52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation
52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs
52.232-39, Unenforceability Of Unauthorized Obligations
52.233-2 Service Of Protest
52.242-13 Bankruptcy
52.242-15 Stop Work Order
52.243-1, Changes Fixed Price
52.246-1, Contractor Inspection Requirements
52.247-34, F.o.b-destination
52.252-1 Solicitation Provisions Incorporated By Reference
52.252-2 Clauses Incorporated By Reference
52.253-1, Computer Generated Forms
52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Including All Base Terms, Conditions, And Clauses Outlined Within The Clause, Plus The Following Clauses That Have Been Specifically Selected (checked Off Within The Clause) For This Procurement:
52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3, Protest After Award
52.233-4, Applicable Law For Breach Of Contract Claim
52.204-10
reporting Executive Compensation
52.204-27
prohibition On A Bytedance Covered Application
52.204-30
fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition
52.209-6
protecting The Government's Interest
52.219-4
notice Of Price Evaluation Preference For Hubzone
52.219-28
post-award Small Business Program Representation
52.222-3
convict Labor
52.222-19
child Labor
52.222-21
prohibition Of Segregated Facilities
52.222-26
equal Opportunity
52.222-36
equal Opportunity For Workers With Disabilities
52.222-50
combating Trafficking In Persons
52.223-11
ozone Depleting Substances
52.223-18
encouraging Contractors To Ban Text Messaging While Driving
52.225-1
buy American-supplies
52.225-13
restriction On Certain Foreign Purchases
52.232-33
payment By Eft-sam
52.232-36
payment By Third Party
52.247-64
preference For Privately Owned Us-flag Commercial Vessels
dfars Clauses And Provisions
252.203-7000 Requirements Relating To Compensation Of Former Dod Officials,
252.203-7002, Requirement To Inform Employees Of Whistleblower Rights
252.203-7005 Representation Relating To Compensation Of Former Dod Officials
252.204-7003. Control Of Government Personnel Work Product
252.204-7004 Antiterrorism Awareness Training For Contractors.
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls
252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting (may 2024) (deviation 2024-o0013)
252.204-7015, Disclosure Of Information To Litigation Support Contractors
252.204-7016, * See Attachment For This Provision.
252-204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services-representation
252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services.
252.204-7019, *see Attachment For This Provision.
252.204-7020, Nist Sp 800-171 Dod Assessment Requirements
252.204-7024 Notice On The Use Of The Supplier Performance Risk System
252.209-7999, Representation By Corporations Regarding An Unpaid Delinquent Tax Liability
252.211-7003, Item Unique Identification And Valuation
252.213-7000 Notice To Prospective Suppliers On Use Of Supplier Performance Risk System In Past Performance Evaluations.
252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials.
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7001 Buy American And Balance Of Payments Program
252.225-7002 Qualifying Country Sources As Subcontractors
252.225-7048, Export Controlled Items
252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region - Representation
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region
252.231-7000, Supplemental Cost Principles.
252.232-7003, Electronic Submission Of Payment Requests
252.232-7006, Wide Area Workflow Payment Instructions
252.232-7010, Levies On Contract Payments
252.243-7001, Pricing Of Contract Modifications
252.243-7002, Requests For Equitable Adjustment
252.244-7000, Subcontracts For Commercial Items
252.247-7023, Transportation Of Supplies By Sea
note: Vendor Shall List The Country Of Origin For Each Line Item.
dlad Clauses And Provisions (see Attachment For Full Text)
52.233-9001, Disputes: Agreement To Use Alternative Disputes Resolution
dla Procurement Notes (see Attachment For Full Text)
c02 Manufacturing Phase-out Or Discontinuation Of Production, Diminishing Sources, And Obsolete Materials Or Components (dec 2016)
c03 Contractor Retention Of Supply Chain Traceability Documentation (mar 2023)
c04 Unused Former Government Surplus Property (dec 2016)
c14 Repackaging Or Relabeling To Correct Deficiencies (aug 2017)
c20 Vendor Shipment Module (vsm) (aug 2017)
e05 Product Verification Testing (jun 2018)
g01 Additional Wide Area Workflow (wawf) Information (aug 2017)
h10 Requires No Access To Dla Controlled Technical Data Or Information For Contract Performance (feb 2020)
l06 Agency Protests (dec 2016)
l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations
l31 Additive Manufacturing (jun 2018)
m05 Evaluation Factor For Unused Former Government Surplus Property (sep 2016)
local Clauses (see Attachment For Full Text):
ym3 A1: Additional Information
ym3 C500: Mercury Control (supplies)
ym3 C501: Correction Of Certifications
ym3 C524: Controlled Industrial Material
ym3 C528: Specification Changes
ym3 D2.2: Marking Of Shipments
ym3 D4: Preparation For Delivery
ym3 D8: Prohibited Packing Materials
ym3 E2: Inspection And Acceptance (destination)
ym3 E504: Notice Of Constructive Acceptance Period
ym3 F500: Consignment Instructions For Deliveries To The Portsmouth Naval Shipyard
ym3 M8: Single Award For All Items
quoters Are Reminded To Include A Completed Copy Of 52.212-3 And It’s Alt I If Not Updated In Sam.
this Announcement Will Close(1/14/2025 At 3pm). The Point Of Contact For This Solicitation Is (jannell Moriarty) Who Can Be Reached At (jannell.moriarty@dla.mil). All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
system For Award Management (sam). Quoters Must Be Registered In The Sam Database To Be Considered For Award. Registration Is Free And Can Be Completed Online Athttp://www.sam.gov/.
ifnot The Actualmanufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided.
please Submit Quotations Via Email At (jannell.moriarty@dla.mil).
quotes Also To: Dla-kme-quotations@dla.mil
all Quotes Shall Include Price(s), Fob Point, Cage Code, A Point Of Contact, Name And Phone Number, Gsa Contract Number If Applicable, Business Size Under The Naics Code, Whether Or Not Your Company Prefers Payment By Government Commercial Purchase Card (gcpc)* Or Wide Area Workflow (wawf). Please Note That The Government’s Terms For Payment For This Requirement Are Net 30 Days After Acceptance Of Material. Please Note, If Selecting Gpc, The Government Does Not Utilize Third Party Payment Entities (zelle, Venmo, Paypal, Etc.) Each Response Must Clearly Indicate The Capability Of The Quoter To Meet All Specifications And Requirements.
*if Selecting Gcpc As The Preferred Method Of Payment, Please Be Advised That Per Dfars 232.7002, A Receiving Report Must Be Entered Into Wawf.
******* End Of Combined Synopsis/solicitation ********
Closing Date14 Jan 2025
Tender AmountRefer Documents
4061-4070 of 5720 archived Tenders