Aerospace And Defence Tenders
Aerospace And Defence Tenders
Indian Army Tender
Aerospace and Defence
GEM
India
Closing Date1 Jan 2025
Tender AmountRefer Documents
Rod Cleaning Pistol No 2 Mk 1, Rasp Cabinet Second Cut 250 Mm, Cover Bedding Flame Proof Olive Green, Brush Cleaning Bracket And Cylinder Gas, Eye Guard Optical Instruments, Bag Tool Satchel,
South Western Railway - SWR Tender
Aerospace and Defence
Ireps
India
Closing Date8 Jan 2025
Tender AmountINR 500 K (USD 5.8 K) This is an estimated amount, exact amount may vary.
Thermal Imager With 9hz, Infrared Resolution Of 120 X 90 (10,800 Pixels), Wi-fi Connectivity, And 4gb Built-in Memory To Be Supplied Along With An Ac Power Supply (including Universal Ac Adapters) Operating On 100v Ac To 240v Ac, 50/60 Hz. Includes Two Lithium-ion Smart Batteries, A Usb Cable, And A Soft Transport Bag. Additionally, The Item Must Come With A Calibration Certificate And Test Report From A Central Govt./nabl/ilac Accredited Lab. Make: Fluke Tis20+ Thermal Imager Or Equivalent. A Demo Should Be Provided At The Time Of Supply. Detailed Specifications Are As Per Annexure-a.
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
Email Questions To: Jeannine.l.cunningham.civ@us.navy.mil fleet Logistics Center Puget Sound Will Be Soliciting For Self Locking Screws In Accordance With Solicitation Specifications. this Acquisition Will Be Negotiated On A Small Business Set A Side. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals Prior To Offer Due Date. A Determination To Compete This Action Based Upon Responses Received To This Notice Is Solely Within The Discretion Of The Government. terms Will Be Fob: Origin By Fact-sp (nolsc): To U.s. Naval Base Det Sasebo Japan. it Is Anticipated That The Solicitation Will Be Posted To The Sam.gov Website On Or About 18 Dec 2024 With Proposals Due By 31 Dec 2024 a Firm-fixed Price, Supply Type Contract Will Be Awarded In Accordance With Far Parts 12 And 13, Commercial And Simplified Acquisition Procedures. the Required Delivery Date Is 30 Days Aro Or Best Possible Delivery all Responsible Sources May Submit A Proposal Which Shall Be Considered By Flcps. This Solicitation And Any Subsequent Amendments Will Be Posted To The Beta Sam Website: Https://www.beta.sam.gov. prospective Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation From This Website And For Frequently Monitoring That Site For Any Amendments. The Government Is Not Responsible For Any Inability Of The Offeror To Access The Posted Documents.
no Telephone Or Fax Requests Will Be Accepted, And No Hard-copy Solicitation/amendment Will Be Mailed Or Faxed. emailed Completed Solicitations Are Acceptable. when Solicitation Is Posted See Solicitation For Requirement Specifications, All Applicable Terms And Conditions As Well As Shipping And Invoicing Information. please Contact Me Via Email Listed Above, As I Am Teleworking
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
The Defense Logistics Agency Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support This Requirement For Nsn 2840 -011001680, Seal, Air, Aircraft G. This Oem Is General Electric Co, Cage 99207. The Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 336412. there Is No Solicitation At This Time. This Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. Drawings Are Not Available. if Your Organization Has The Potential Capacity Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. 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 Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By January 8, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Cindy.hunt@dla.mil. if You Have Any Questions Concerning This Opportunity, Please Contact: Cindy Hunt (804) 971-7217. appendix 1: Purpose And Objectives potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s). Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award. the Specific Requirement For This Effort Is Below: part: 5034t70p04 nsn: 2840-011001680 nomenclature: Seal, Air, Aircraft G estimated Annual Qty: 780 Each technical Orders And Qualification Requirements Are Not Available.
DEPT OF THE NAVY USA Tender
Electrical Goods and Equipments...+2Electrical and Electronics, Aerospace and Defence
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
Nawcad Wolf - Intent To Sole Source For Air Control Panels
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents
The United States Coast Guard Surface Forces Logistics Center Has An Requirement And Requesting Quotations For The Following Part: item 1)
nsn: 7025-01-666-1807 keyboard Data Entry utilized On 270 Wmec Class Cutter mfg: Cortron Inc pn: 590-0053 qty: 40 Ea delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21126, Mark For: Receiving Room Bldg 88 this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-01 (nov 2024) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 334118 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number Jan 06, 2025 At 10:00 Pm Eastern Standard Time. Email Proposed Price Quote To: Yvette.r.johnson@uscg.mil offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]:
__ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73;
__ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or
__it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Products And Commecail Services (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.aquisition.gov ; Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (dec 2022). The Following Clauses Listed Within Far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-6, Notice Of Total Small Business Set-aside (nov 2020)(15 U.s.c.644), Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 637(m); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (oct 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020); Far 52.222-50, Combating Trafficking In Persons (oct 2020)(22 U.s.c.chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (dec 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
5731-5740 of 6821 archived Tenders