Aerospace And Defence Tenders

Autobahn GmbH NL Nordost Tender

Aerospace and Defence
Germany
A10, Enb Bw 70 Ü1, Landscape planning services (noo-2025-0076)
Closing Date9 Apr 2025
Tender AmountRefer Documents 

Province Of Benguet Tender

Aerospace and Defence
Philippines
Procurement Of 2500 Pcs Cal. 45 Ammunition, Etc. For Pgo-jail , Ammunitions And Explosives ,province Of Benguet
Closing Date8 Apr 2025
Tender AmountPHP 217.5 K (USD 3.8 K)

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Part 13, 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. Solicitation Number 70z03825qb0000064 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03 Effective January 17, 2025. the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250 Employees. This Is A Restricted Requirement. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. it Is Anticipated That A Firm-fixed Price Purchase Order Shall Be Awarded On A Sole Source Basis To Airbus Helicopters, Inc. (ahi) As A Result Of This Synopsis/solicitation. All Parts Must Have Clear Traceability To The Original Equipment Manufacturer (oem), Airbus Helicopters, France (cage Code: F0210). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem Approved Source. see Attached Documents Titled: “requirements – 70z03825qb0000064,” “terms And Conditions – 70z03825qb0000064” And “redacted J And A – 70z03825qb0000064”. it Is The Government's Belief That Airbus Helicopters, Inc. Is The Only Known Source To Provide Traceability And Genuine Oem Parts. Concerns Having The Expertise And Required Capabilities To Provide These Items Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. newly Manufactured Commercial Items Will Only Be Procured From Sources Able To Provide A Certificate Of Conformance (coc). The Federal Aviation Regulation, Part 21, And Federal Acquisition Regulation (far) Clause 52.246-15 Outline These Certification Procedures. only New Parts Will Be Accepted. note: No Drawings, Specifications Or Schematics Are Available From This Agency. closing Date And Time For Receipt Of Offers Is 8 April 2025 At 10:00 Am Est. Quotes And Questions Shall Be Submitted By Email To Raymond.v.marler@uscg,mil. Please Indicate Solicitation 70z03825qb0000064 In The Subject Line. Phone Call Quotes Will Not Be Accepted.
Closing Date8 Apr 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Proposed Procurement For Nsn 3445ln0034952 613512 Accurshear/accu: line 0001 Qty 1 Ui Ea Deliver To: Fleet Readiness Center East By: 0005 Days Ado approved Source Is 1qtz9 3988. 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 Date9 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Oem Equipment Required For System Upgrades
Closing Date9 Apr 2025
Tender AmountRefer Documents 

DEPARTMENTAL OFFICES USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
V--type Iii Helicopter Services
Closing Date21 Jan 2025
Tender AmountUSD 6.3 Million 
This is an estimated amount, exact amount may vary.

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Proposed Procurement For Nsn 5310002350111 Nut,self-locking,hexag: line 0001 Qty 2037 Ui Ea Deliver To: Dla Distribution Puget Sound By: 0105 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 Date31 Mar 2025
Tender AmountUSD 90 K 
This is an estimated amount, exact amount may vary.

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Proposed Procurement For Nsn 1730002034697 Jack,aircraft Landi: line 0001 Qty 51 Ui Ea Deliver To: W1a8 Dla Distribution By: 0168 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 Date31 Mar 2025
Tender AmountUSD 160.3 K 
This is an estimated amount, exact amount may vary.

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
1. Notice this Sources Sought Synopsis (sss)/request For Information (rfi) Is Issued For Informational Purposes And Market Research Only; It Does Not Constitute A Solicitation. The Government Will Not Reimburse Any Company Or Individual For Any Expenses Associated With Preparing/submitting Information In Response To This Posting. The Information Provided May Be Used By The Government In Developing Its Acquisition Strategy, Statement Of Work/statement Of Objectives, And/or Performance Specifications. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained Within Their Response As Instructed Later In This Posting. 2. Background And Scope the United States (us) Air Force Life Cycle Management Center (aflcmc), Intelligence, Surveillance And Reconnaissance & Special Operations Forces (isr & Sof) Directorate, Special Warfare (sw) Program Office (aflcmc/wisn) Is Conducting Market Research To Identify Possible Sources Capable Of Providing Counter Uas’ With The Ability To [detect, Identify, Decide, Defeat Enemy Uas Capable To Enhance Our Force Protection At Locations Lacking Support Options, Allowing Our Forces To Operate More Freely In Areas Where Uas Are Widely Utilized. 3. Capability counter Uas Capability. Refer To Kpps And Ksas Table Below 4. Requirement dismount Capability To Protect Operations And Equipment From Enemy Unmanned Aerial Systems (uas). The Need To Protect Personnel During Route Movement Is The Focus Of This Requirement But The Capability Should Also Support Personnel In The Open While Stationary. The System Should Operate Autonomously To Decrease The Time To Intervention But We Will Accept Manual Employment If It Is The Most Effective Option. The System Will Provide Real-time Detection Of Airborne Entities Within A Specified Area, Identification (aircraft, Unknown Uas, Friendly Uas), Tracking Of Multiple Airborne Entities. The System Should Support Automatic Engagement Parameters And Enable Rapid Neutralization Options If In A Manual Setting. The Package Needs To Remain Small And Lightweight; Therefore, Everything Must Be Multi-use And Quick Set-up And Tear-down. key Performance Parameters (kpps) thresholds (t) / Objectives (o): detect range: The System Shall Be Capable Of Detecting At A Range Of 5 Km (t) 10 Km (o) direction: Omni-directionally (t)=(o) targets: Suas Group 1 And 2 (t)=(o) standard And Extended Frequency Systems, Wi-fi Systems, Out Of Band Wi-fi Systems, Fpv Systems, Rc Systems, Gcs Systems, Analog Video Systems number Of Targets: 2(t) And 10 (o) method: Passive Only (t) = (o) defeat multiple Target Defeat: The System Shall Defeat 2 Targets (t) 10 Targets (o) Systems Simultaneous range: Non-kinetic 3 Km (t) And 6 Km (o), Kinetic 150m (t) 1km (o) probability Of Defeat Of 0.8 (t) And 0.9 (o) effects Based: Non-kinetic (t) Non-kinetic And Kinetic (o) swap weight: 12 Lbs (t) 5 Lbs (o) [includes Antennas, Cabling, Battery = Total System Weight] power: Operations For A Minimum Of 8 Hrs (t) And 24 Hrs (o) [single Battery Runtime] power Source: Current Dismounted Battery Inventory (t) Shore Power, 12v Vehicle Power (o) size: 10" H X 5" W X 3" D (t) And 7" H X 4" W X 2.5" D (o) (no Antennas With Battery) size: Total Height With Antenna 24" (t) And 17" (o) key System Attributes (ksas) thresholds (t) / Objectives (o): id (t) = (o) Name, Model, Serial Number, Country Of Origin track system Shall Report Target Speed, Heading, Altitude (t)=(o) reliability mtbf: 100hrs (t) And 200hrs (o) operations the System Shall Be Fully Operational Within10 Minutes (t) 4 Minutes (o) the System Shall Have Autonomous Settings With Human-in-the-loop For Intervention (t=o) autonomous Functions: Detection, Track (o) Detection, Track, And Defeat (t) system Shall Operate In Gps Degraded Environments (t) Degraded Operations (o) No Impact To Operations environmental system Shall Be Ruggedized For Jump Operations In Current Ruck/pack (t=o) temperature: -20 Deg C To 60 Deg C (t) And -40 Deg C To 65 Deg C (o) system Shall Operate In Day/night (t)=(o) weather: Ip54 (t) Ip67 (o) integration/network the Systeacm Will Integrate With Cursor On Target (cot) Data Into Existing Human Interfaces (end User Devices (eud)) With Current Version Of Atak (t) = (o) the System Shall Provide Interface With Tw Radio Kits (t)=(o) To Enter Tactical Mesh Network systems Can Be Networked To Create A Csuas Cop Mesh Network (t)=(o) 5. Instruction To Potential Respondents interested Parties Who Desire To Participate In This Sss/rfi Are Encouraged To Submit Responses That Demonstrate They Presently Have The Technology And Qualifications To Provide The System Described Above. Responses Shall Also Include The Following Information: a. Respondent Data: Company/institute Name Address point Of Contact (to Include Phone Number And Email Address) Cage Code web Page Url pursuant To Naics Code 334511 - Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing, State Whether The Company Is: small Business (yes / No) Self-certified Or Third Party Certified Women-owned Small Business (yes / No) Self-certified Or Third Party Certified Economically Disadvantaged Women- owned Small Business (yes / No) Self-certified Or Third Party Certified hubzone Certified (yes / No) Self-certified Or Third Party Certified Veteran Owned Small Business (yes / No) Self-certified Or Third Party Certified Service Disabled Veteran Owned small Business (yes / No) Self-certified Or Third Party Certified 8(a) Certified (yes / No) Self-certified Or Third Party Certified Sba Certification Date: Sba Graduation Date: state Whether The Company Is Domestically Or Foreign-owned (if Foreign, Indicate The Country Of Ownership). state Whether The Respondent Is Interested In Being A Prime Or Subcontractor For This Requirement. b. Describe The Capability Of Your Product Or Products, And Provide Product Information And Specifications. Additionally, Describe The Capability Of Your Product(s) To Meet The Desired Performance Requirements Listed Below. If You Are Proposing Development To Integrate Existing Or New Subsystems, Clearly Describe Your Approach. c. Responses May Include But Are Not Limited To: 1) Pictures 2) Training Videos 3) Architecture Views 4) Drawings 5) Associations Or Connectivity With Other End Items/systems 6) Test Results To Support Meeting Threshold And Objective Requirements 7) Ability To Deliver 2 Units Within 6 Months After Receipt Of Order d. Rough Cost Estimate (i.e. Rough Order Of Magnitude (rom)) Based On An Optimum Or Varied Pricing Quantities (this Is For Government Budget Planning Purposes, And Will Not Be Considered A Bid Or Binding In Any Manner). 1) If Development And/or Integration Is Required To Meet The System Requirements, The Government Also Needs An Estimate Of The Development Cost Based On Complexity (for Planning Purposes Only) To Include Phs&t, Such As Warranties, Portable Storage, Special Tooling Required, And Training. e. Indicate Whether The Company Is Currently Performing This Type Of Work/whether The Capability Can Be Obtained Under An Existing Government Contract. Provide The Contract Number(s) And Government Points Of Contact Accordingly. f. Indicate Whether Or Not The Company Currently Provides This Type Of Work As A Commercial Solution. In This Instance, “commercial Item” Means An Item That Is Of A Type Customarily Used By The General Public Or Non-governmental Entities For Purposes Other Than Governmental Purposes. Please Indicate If This Item Has Been Sold, Leased, Or Licensed To The General Public; Or Has Been Offered For Sale, Lease, Or License To The General Public. Indicate Whether All Materials Used Are In Compliance With The Buy American Act Or Berry Amendment (10 U.s.c. 2533a), As Applicable. g. Please Include Product Warranty Terms As Applicable, Along With Any Warranty Limitations. If Product Warranty Terms Are Not Applicable, Please Include N/a. h. Include Any Spare Parts That Would Potentially Be Included. i. Provide The Details Of Net Training Including Process And Cost. j. Describe Any Possible Product Improvements That Could Be Made Or Are Planned For The Future For The Solution. k. Describe Any Risks Associated With The Fulfillment Of This Projected Requirement. This Can Include Technical Or Schedule Risks Associated With Development, Key Performance Parameters, Etc. l. Please Provide Specific Details And Rationale As To How Compliance With Far 52.219-14, Limitations On Subcontracting, And Far 52.219-33, Non-manufacturer Rule, Would Be Achieved In The Event The Government Sets This Requirement Aside For Small Business. Include Specific Details Regarding Teaming Arrangements, Etc. If Subcontracts Are To Be Used, Provide The Anticipated Percentage Of Effort To Be Subcontracted And Whether Small Or Large Businesses, Including Foreign, Will Be Used. If This Effort Is Not Set-aside For Small Business, Small Business Utilization Will Be Considered. Large And Small Businesses Should Provide A Reasonable Expectation For Small Business Utilization As A Percent Of Total Contract Value As Well As Supporting Rationale For The Recommended Percentage. 6. Responses, Communications, And Additional Considerations: a. The Government May Contact Respondents To Obtain Additional Information Or Clarification In Order To Fully Understand A Company's Response. This May Include Discussions, Site Visits, Demonstrations, Etc. To Further The Government's Understanding Of A Proposed Solution, As Well As A Company's Understanding Of The Government's Requirements. b. Responses Shall Not Exceed 15 Pages (including Cover Page). Include Technical And Descriptive Text And Photographs/illustrations To Provide Sufficient Detail. The Submitted Documentation Becomes The Property Of The United States Government And Will Not Be Returned. c. Respondents Shall Clearly Mark Proprietary Data With The Appropriate Markings. Any Proprietary Information Received In Response To This Request Will Be Properly Protected From Any Unauthorized Disclosure. Any Material That Is Not Marked Will Be Considered Publicly-releasable. d. Government-contracted Contractor Support Personnel May Handle Proprietary Data Submitted In Response To This Rfi. These Support Personnel Will Have Signed The Same Non-disclosure Agreements (ndas) As Government Personnel. e. If You Are Currently Providing Your Proposed Capability On An Existing Government Contract, Please Identify The Contract And A Government Poc. f. Broad Industry Participation For This Rfi Is Encouraged. U.s. And Non-u.s. Firms Are Permitted To Respond. g. Please Note That Prospective Contractors Must Be Registered In The System For Award Management (sam) Database To Be Awarded A Dod Contract; The Naics Code For This Requirement, If Applicable To The Company’s Capabilities, Should Be Included In The Company’s Naics Code Listing In Sam. To Learn More About This Sam Requirement And How To Register, Please Visit The Sam Website At: Https://www.sam.gov/portal/sam h. Responses Are Due Electronically By 12:00pm Eastern Time On 09 April 2025 Via Email To: jared R. Rush Aflcmc/wisn contracting Officer jared.rush@us.af.mil 2d Lt Matteo Zucchi aflcm/ Wisn program Manager matteo.zucchi.3@us.af.mil 1st Lt Seven R. Betz aflcmc/wisn program Manager steven.betz@us.af.mil i. This Notice May Be Updated As Additional Information Becomes Available. Questions Regarding This Announcement Shall Be Submitted In Writing By Email To The Contracting Officer Identified Above, With The Other Individuals Identified Above Copied As A Courtesy. this Is A Request For Information (rfi) Only To Identify Potential Sources For The Solution. The Information Provided In The Rfi Is Subject To Change And Is Not Binding On The Government. The Government Has Not Made A Commitment To Procure Any Of The Items Discussed, And Release Of This Rfi Should Not Be Construed As Creating Such A Commitment Or As An Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought.
Closing Date9 Apr 2025
Tender AmountRefer Documents 

Indian Army Tender

Goods
Aerospace and Defence
GEM
India
BOQ Title: UPGRADATION OF SMALL ARMS SHOOTING RANGE INTO COMPOSITE INDOOR SHOOTING RANGE 25METERS 6 LANES
Closing Date9 Apr 2025
Tender AmountRefer Documents 
6161-6170 of 10000 archived Tenders