Aerospace And Defence Tenders
Aerospace And Defence Tenders
U S COAST GUARD USA Tender
Others...+3Machinery and Tools, Electrical and Electronics, Aerospace and Defence
United States
This Is A Sources Sought Notice And No Award Is To Follow. Pursuant To Far Part 10 (market Research), The United States Coast Guard (uscg) Small Boat Product Line (sbpl) Is Seeking To Identify Qualified Sources Capable Of Overhauling The Hamilton Jet Drives, Model Nos. Hj-213 And Hj 292, That Are Currently Installed On The Uscg Cutter Boat – Over The Horizon Iv (cb-oth-iv) And 17’ Cutter Boat-medium (cb-m) Boats. The Intention Is To Award A Contract For Overhauling. The Contract Will Consist Of One 12-month Base Year And Four 12-month Option Years. Award Will Be Made To An Authorized Distributor / Overhaul Facility Of Hamilton Jet To Overhaul The Hj213 And Hj929 Jet Drives Using Original Equipment Manufacturer (oem) Parts. The Oem Is Hamilton Jet, Inc. The Significance Of Awarding A Contract To The Oem Or An Authorized Hamilton Jet Representative Is To Maintain The Warranty Provided By The Oem. The Anticipated Naics Code Is 333613 Mechanical Power Transmission Equipment Manufacturing And The Size Standard Is 750 Employees. Interested Parties Should Register In The System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Companies Should Submit Complete Information Discussing Their Capabilities No Later Than The Close Date Of This Notice (01/13/2025). The Information Submitted Must Include:
1. Name Of Company
2. Point Of Contact And Phone Number
3. Business Size Applicable To The Naics Code (if Small Business, Must Identify Concern)
4. Complete And Current Enginerring Data To Demonstrate Capability Including Acceptability Of The Offered Parts )i.e., Salient Physical, Functional, And Performance Characteristics)
5. Data That The Offered Part(s) Have Been Satisfactorily Manufactured In Accordance With Original Equipment Manufacturer (oem) Hamilton Jet, Inc. This Data Must Include Sufficient Information To Allow The Government To Evaulate The Information Relative To The Requirements.
*disclamier: This Sources Sought Notice Is For Market Research Purposed Only And Does Not Constitute A Request For Proposal/quotation; And It Is Not Considered To Be A Commitment By The Government To Award A Contract, Nor Will The Government Pay For Any Information Provided; No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Sources Sought Notice Or Government Use Of Any Information Provided. Failure To Respond Or Submit Information In Sufficient Detail May Result In A Company Not Being Considered A Likely Quoter When Making A Decision On Whether Or How To Set Aside A Solicitation For Restricted Competition. Regardless Of The Information Obtained From This Sources Sought Notice, The Government Reserves The Right To Consider Any Arrangement As Deemed Approprated For This Requirement. Respondents Are Advised That The Government Is Under No Obligation To Ackowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. No Proprietary, Classified Confidential, Or Sensitive Information Should Be Included In Your Response To This Sources Sought Notice. The Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation. At This Time No Solicitation Exists, Theredore, Do Not Request A Copy Of The Solicitation. After A Review Of The Responses Received, A Pre-soliciation Notice And Solicitation May Be Published On Sam.gov Website. It Is The Potential Vendor's Responsibility To Monitor Sam.gov For Release Of Any Future Solicitation That May Result From This Sources Sought Notice. Howeber, Responses To This Sources Sought Notice Will Not Be Considered Adequate Responses To Any Resultant Solicitation. Thie Sources Sought Is Issued Pursuant To Far 6.203-1 And Hsam 3006-302-1. For Information Regarding This Acqusition, Contact The Contracting Officials Listed Herin.
Closing Date13 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Combined Synopsis/soliciation: Rfq Fa487725qa088
security Onion Support
1. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.
2. The Request For Proposal (rfp) Number Fa487725qa088, Security Onion Support, Will Be Used To Reference Any Written Quote Provided Under This Rfp.
3. Applicable Wage Determination Wd# 2015-5473 Rev 23, 22 July 2024
4. This Solicitation Document Incorporates Provisions And Clauses Of Those In Effect Through Federal Acquisition Circular 2025-01 Effective 12 November 2024. The Dfars Provisions And Clauses Are Those Effective 25 November 2024. The Daffars Provisions And Clauses Are Effective 16 October 2024.
5. This Indefinite Delivery Indefinite Quantity Contract Will Consist Of A Base Year And Three 1-year Ordering Periods At Davis-monthan Air Force Base.
6. This Requirement Is A Small Business Set-aside. The Acquisition Is Brand Name Only Based On The Hardware Currently In Government Inventory And Use. The Associated North American Industrial Classification System (naics) Code For This Procurement Is 513210 With A Small Business Size Standard Of $47,000,000.00. All Prospective Offerors Must Be Registered In The System For Award Management (sam) At Www.sam.gov. A Lack Of A Current Sam Registration Will Make An Offeror Ineligible For Award In Accordance With Far 52.204-13, System For Award Management Maintenance
notice To Contractors/vendors
the Usaf Reserves The Right To Cancel This Rfp, At Any Time Before Or After The Closing Date Of The Solicitation. If The Usaf Cancels This Rfp, The Usaf Has No Obligation To Reimburse A Contractor For Any Costs.
the Usaf Requests That All Quotes Are Good For 90 Days From The Date Of Submission. This Request Will Be Acknowledged Explicitly Within All Submissions.
the Contractor Will Provide A Quote For The Following Items As An Indefinite Delivery Indefinite Quantity (idiq) Contract With A Base Year And Three 1-year Ordering Periods:
clin
description
quantity/uom
unit Price
total Price
0001
security Onion Sos Appliance Product Number:
sos-spt-1y-8x5
base Ordering Period: 01 Feb 2025 - 31 Jan 2026
1 Each
0002
security Onion Sos Appliance Product Number:
sos-spt-1y-8x5
base Ordering Period #1: 01 Feb 2026 - 31 Jan 2027
1 Each
0003
security Onion Sos Appliance Product Number:
sos-spt-1y-8x5
base Ordering Period #2: 01 Feb 2027 - 31 Jan 2028
1 Each
0004
security Onion Sos Appliance Product Number:
sos-spt-1y-8x5
base Ordering Period #3: 01 Feb 2028 - 31 Jan 2029
1 Each
7. Contract Awardee Will Be Based On The Best Value To The Government. Evaluation Factors Are Found In Provision Far 52.212-2 Of The Solicitation Provisions And Clauses.
8. The Government Intends To Evaluate Proposals And Award Without Discussion But Reserves The Right To Conduct Discussions If Determined Necessary By The Contracting Officer. Therefore, The Offeror’s Initial Proposal Should Contain The Offeror’s Best Terms From A Price And Technical Standpoint. Proposals That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. The Right To Make Multiple Or No Award Is Reserved In The Event It Is Advantageous To The Government To Do So.
9. Important Dates/times (all Times Are Arizona Local Time/mountain Standard Time)
a. All Questions Must Be Submitted By 3 January 2025, 2:00 Pm
b. Answers Will Be Provided By 8 January 2025, 2:00 Pm
c. All Proposals Must Be Submitted By 13 January 2025, 2:00 Pm
point Of Contacts Information:
primary: Tsgt Cody Daraban, Cody.daraban@us.af.mil, 520-228-3704
alternate: Mr. Jerry Sauder, Jerry.sauder.1@us.af.mil. 520-228-4644
9. Attachments
Attachment 1: Provisions And Clauses
Attachment 2: Ordering Period Worksheet
Attachment 3: Wage Determination 2015-5473 Rev 23
the Usaf Shall Not Provide Contract Financing For This Acquisition. Upon Successful Award And Satisfactory Performance, Payment Shall Be Submitted Via Invoice Through The Wide Area Workflow Website.
as Prescribed In 12.301(b)(1):
far 52.212-1, Instructions To Offerors - Commercial Items (sep 2023)
the Provision Far 52.212-1, Is Tailored As Follows:
technical Volume (not To Exceed 10 Pages)
the Technical Volume Will Not Make Any Reference To Cost Or Price Data.
business Experience (company’s Experience In Providing The Solicited Service)
past Performance Will Be Evaluated To Assist In Determining Contractor Responsibility In Accordance With Far 9.104-1 But Will Not Be Included As A Sub Factor Or Rated. In The Case Of An Offeror Without A Record Of Relevant Past Performance Or For Whom Information On Past Performance Is Not Available Or So Sparse That No Meaningful Past Performance Rating Can Be Reasonably Assigned, The Offeror May Not Be Evaluated Favorably Or Unfavorably On Past Performance. Therefore, The Offeror Shall Be Determined To Have Unknown Past Performance. In The Context Of Acceptability/unacceptability, Unknown Shall Be Considered Acceptable. By Submission Of Its Offer, The Offeror Accedes To All Solicitation Requirements Including Terms And Conditions, Representations And Certifications, Technical Requirements, And The Evaluation Factors Contained Herein. Failure To Meet A Requirement May Result In An Offer Being Determined Unacceptable For Award. The Offeror Must Clearly Identify Any Exception To The Solicitation Terms And Conditions With Accompanying Rationale. The Evaluation Shall Proceed As Follows:
table I- Technical Acceptability Ratings
rating
definition
acceptable
the Proposal Clearly Meets The Minimum Requirements Of The Solicitation.
unacceptable
the Proposal Does Not Clearly Meet The Minimum Requirements Of The Solicitation.
price Volume (not To Exceed 5 Pages)
a Summary Pricing Sheet Shall Be Completed As A Part Of The Pricing Volume. This Summary Shall Delineate Each Clin Price And The Total Evaluated Price (tep).
if An Offeror Has Completed The Annual Representations And Certifications Via The System For Award Management (sam) Website, And After Reviewing The Sam Database Information, The Offeror Verifies By Submission Of This Offer That The Representation And Certifications Currently Posted Electronically At Far 52.212-3, Offeror Representations And Certifications—commercial Items, Have Been Entered Or Updated In The Last 12 Months, Are Current, Accurate, Complete, And Applicable To This Solicitation (including The Business Size Standard Applicable To The Naics Code Referenced For This Solicitation), As Of The Date Of This Offer, Then The Offeror Does Not Need To Include A Copy Of The Representations And Certifications With The Proposal.
however, If Any Information Within 52.212-3 Has Been Updated For This Solicitation Only, Or If There Are Any Other Changes, Then The Offeror Must Include Those Changes Within The Price Volume.
the Provision Far 52.212-2, Is Tailored As Follows:
far 52.212-2, Evaluation – Commercial Items (nov 2021) – Addendum (using Far 13.106
procedures
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, After Evaluating The Technical Acceptability And Price. Therefore, The Usaf May Award The Contract To An Offeror That Is Not The Lowest Price If That Offeror Is More Technically Advantageous Than Other Offerors. However, If All The Offerors Are Evaluated To Be Equally Technically Advantageous, Then The Usaf May Award To The Lowest Priced Offeror. The Following Factors Shall Be Used To Evaluate The Proposals:
technical Acceptability: Offerors Must Provide The Necessary And Requested Information Found Herein This Solicitation In Order To Fully Demonstrate Their Technical Capability To Include Previous Business Experience Providing Security Onion Support.
price Evaluation – The Government Will Evaluate The Offeror’s Price Proposal, To Include All Options, For Price Completeness And Reasonableness As Described Below.
completeness- The Offeror’s Price Proposal Will Be Evaluated For Completeness By Confirming The Offeror Has Provided Unit And Total Price For All Clins.
reasonableness - The Offeror’s Price Will Be Evaluated For Reasonableness Through One Or More Of The Methods Specified In Far 13.106-2 & 3.
basis For Contract Award: Two Factors Will Be Used To Evaluate Offerors’ Proposals: The Technical Acceptability And The Price. The Assessment Shall Include A Best Value Assessment Between The Technical Factors And Price Among The Proposals That Conform To Far 52.212-1, Have Acceptable Technical Ratings And Price. In Evaluating, Technical Capability And Price Are Considered To Be Equal.
the Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror's Initial Offer Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer; And Waive Informalities And Minor Irregularities In Offers Received.
options: The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
a Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.
(end Of Provision)
general Instructions And Other Information
agreement With Terms And Conditions: Submission Of A Proposal Indicates Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Proposals That Fail To Furnish Required Representations Or Information Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration.
late Submissions, Modifications, Revisions, And Withdrawals Of Proposals:
offerors Are Responsible For Submitting Proposals, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Government Office Designated In The Solicitation By The Time Specified In The Solicitation.
any Proposal, Modification, Revision, Or Withdrawal Of A Proposal Received At The Government Office Designated In The Solicitation After The Exact Time Specified For Receipt Of Proposals Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; And-
there Is Acceptable Evidence To Establish That It Was Received At The Government Installation Designated For Receipt Of Proposals And Was Under The Government's Control Prior To The Time Set For Receipt Of Proposals; Or
if This Solicitation Is A Request For Proposals, It Was The Only Proposal Received.
however, A Late Modification Of An Otherwise Successful Proposals, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted.
acceptable Evidence To Establish The Time Of Receipt At The Government Installation Includes The Time/date Stamp Of That Installation On The Proposal Wrapper, Other Documentary Evidence Of Receipt Maintained By The Installation, Or Oral Testimony Or Statements Of Government Personnel.
if An Emergency Or Unanticipated Event Interrupts Normal Government Processes So That Proposals Cannot Be Received At The Government Office Designated For Receipt Of Proposals By The Exact Time Specified In The Solicitation, And Urgent Government Requirements Preclude Amendment Of The Solicitation Or Other Notice Of An Extension Of The Closing Date, The Time Specified For Receipt Of Proposals Will Be Deemed To Be Extended To The Same Time Of Day Specified In The Solicitation On The First Work Day On Which Normal Government Processes Resume.
proposals May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Proposals. Oral Proposals In Response To Oral Solicitations May Be Withdrawn Orally. If The Solicitation Authorizes Facsimile Proposals, Proposals May Be Withdrawn Via Facsimile Received At Any Time Before The Exact Time Set For Receipt Of Proposals, Subject To The Conditions Specified In The Solicitation Concerning Facsimile Proposal. A Proposal May Be Withdrawn In Person By An Offeror Or Its Authorized Representative If, Before The Exact Time Set For Receipt Of Proposals, The Identity Of The Person Requesting Withdrawal Is Established And The Person Signs A Receipt For The Proposal.
Closing Date13 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Chemical Products...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
1. The Solicitation Number Is F3g5ga4345a001. This Solicitation Is A Request For Quotation (rfq).
2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-1, Dated 12 November 2024.
3. This Rfq Is To Be Solicited As A Total Small Business Set Aside. The Associated North American Industry Classification System (naics) Code 314110 With A Small Business Size Standard Of 1,500 Employees.
4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). See Attachment 1 For The Contract Line Item Number (clin) Structure.
5. Description Of Requirement For The Items To Be Acquired:
***reference Attachments 1 And 2 For Specifications, Descriptions, And Additional Information.
a. Delivery Date: 120 Days
b. Place Of Delivery: Nellis Afb, Nv
c. Inspection And Acceptance: Fob Destination
far 52.212-1 Instructions To Offerors - Commercial Products And Commercial Services. (sep 2023)
requirements. In Accordance With Far 52.204-7 And Defense Far Supplement (dfars) 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Payment Terms, Discount Terms, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time.
**the Site Visit For This Requirement Is Mandatory For All Vendors Submitting Quotes**
site Visit. The Site Visit Will Be Held At Nellis Afb, Nv On Friday, 3 January 2025, At 8:00 Am Pdt. Please Rsvp No Later Than Thursday, 2 January 2025, At 12:00 Pm Pdt. Send An Rsvp Email Sra Donald Rhee At Donald.rhee@us.af.mil And Ssgt Chase Brandt At Chase.brandt@us.af.mil. Include Your Company Name, The Name Of The Individual(s) Attending, Company Phone Number, Phone Number Of The Individual(s) Attending. There May Only Be Two (2) Representatives Per Company. (note: Vendors Will Be Met At The Nellis Afb Main Gate At No Earlier Than 7:00 Am Pdt. Vendor Are Required To Provide A Valid Driver’s License [this Must Be A Real Id Or Two (2) Forms Of Identification, Proof Of Insurance And Car Registration].
questions And Answers. All Questions Must Be Submitted Via Email To Sra Donald Rhee At Donald.rhee@us.af.mil. The Deadline For Submitting Questions Is Wednesday, 8 January 2025, At 12:00 Pm Pdt. Questions Submitted After The Cut-off Date Will Not Be Reviewed Or Answered. Answers Will Be Provided By Thursday, 9 January 2025, At 4:00 Pm Pdt.
quote Due Date. Quotes Are Due On Monday, 13 January 2025, At 10:00 Am Pdt. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Sra Donald Rhee At Donald.rhee@us.af.mil.
(end Of Provision)
far 52.212-2 Evaluation - Commercial Products And Commercial Services (nov 2021)
(a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is The Lowest-priced, Technically Acceptable (lpta). This Is An “all Or None” Requirement And Will Be Awarded On One Contract. Multiple Contracts Will Not Be Issued. Vendors Who Do Not Quote The Entire Package Requested Will Be Considered Non-responsive And Their Quote Will Not Be Evaluated.
technical Acceptable/unacceptable Ratings---
acceptable: Offeror Has Followed Instructions In 52.212-1. Offeror’s Quote Clearly Meets The Requirement As Stated In The Solicitation And All Attachments.
unacceptable: Offeror Has Not Followed Instructions In 52.212-1. Offeror’s Quote Does Not Meet The Requirement As Stated In The Solicitation And All Attachments.
(end Of Provision)
far 52.252-2 Clauses Incorporated By Reference (feb 1998)
this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es):
http://www.acquisition.gov/
(end Of Clause)
provisions And Clauses Incorporated By Reference
far 52.204-7 System For Award Management (oct 2018)
far 52.204-13 System For Award Management Maintenance (oct 2018)
far 52.204-24 - Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
far 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023)
far 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024)
far 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023)
far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (may 2024)
far 52.219-1 - Small Business Program Representations (feb 2024)
far 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016)
dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011)
dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022)
dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022)
dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023)
dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021)
dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023)
dfars 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023)
dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023)
dfars 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023)
dfars 252.225-7001 Buy American And Balance Of Payments Program (feb 2024)
dfars 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022)
dfars 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022)
dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023)
dfars 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023)
dfars 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023)
dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports (dec 2018)
dfars 252.232-7006 - Wide Area Workflow Payment Instructions (jan 2023)
dfars 252.232-7010 Levies On Contract Payments (dec 2006)
dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023)
dfars 252.247-7023 Transportation Of Supplies By Sea (jan 2023)
daffars 5352.201-9101 - Ombudsman (jul 2023)
daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024)
list Of Attachments
attachment 1 – Items List (updated)
attachment 2 – Floor Plan (updated)
attachment 3 - Statement Of Work
Closing Date13 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Metals and Non-Metals...+1Aerospace and Defence
United States
Request For Information (rfi), Trident Bar, Nsn: 1090-01-536-6493
Closing Date13 Jan 2025
Tender AmountRefer Documents
Modern Coach Factory - MCF Tender
Works
Machinery and Tools...+1Aerospace and Defence
Ireps
India
Shell Assembly Of Lslrd And Other Lhb Variant With Skin Tensioning, Stage Iv And Fitment & Welding Of Ventury Arrangement Activities On Jig-3 As Per Scope Of Work.
Closing Date10 Jan 2025
Tender AmountINR 11.1 Million (USD 130 K)
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Solicitation Number Spe4a625q0332
solicitation Will Result In A Purchase Order Iaw Far 13.5. The Final Contract Award Decision May Be Based Upon A Combination Of Price, Past Performance, And Other Evaluation Factors As Described In The Solicitation. The Solicitation Date Is Anticipated To Be December 16, 2024. A Copy Of The Solicitation Will Be Available Via The Dibbs Website Https://www.dibbs.bsm.dla.mil/ On The Issue Date Cited In The Rfq. From The Dibbs Homepage, Select Rfqs. Then Search For And Choose The Rfq You Wish To Download. Rfqs Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At: Http://www.adobe.com.
surplus Dealers, Small Business Dealers And Distributors (having Existing Stock Of Surplus Or Newly Manufactured Material) Are Invited To Respond To This Synopsis. The Response Should Include A Completed Surplus Certificate, Dlad 52.211-9000, Government Surplus Material Or Adequate Traceability Documentation To Show That The Product Is Acceptable. In Addition, Respondents Should Identify Quantity Available And Price. The Government May Alter The Acquisition Strategy If Purchase Of Existing Surplus Or Newly-manufactured Inventory Is In The Best Interest Of The Government.
nsn: 3120-01-600-4614. Bearing,plain,self-aligning. Approved Sources: New Hampshire Ball Bearings Cage 15860 || Skf Usa Inc. Cage 80201.terms Are Fob Origin, Inspection And Acceptance At Origin. First Destination Transportation Applies. Item Has Qcc Of Eca. Requested Quantity Is 940 Each. Requested Delivery Of 148 Days Aro. This Nsn Is Commercial Of A Type And Will Utilize Solicitation And Award Procedures Iaw Far 13.5. Other Than Full And Open Competition, Unrestricted.
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Operational Support Services For Ocean Testing
Closing Date10 Jan 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Proposed Procurement For Nsn 5855015194171 Lens Assembly,focus:
line 0001 Qty 586 Ui Ea Deliver To: W1a8 Dla Distribution By: 0162 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 Date10 Jan 2025
Tender AmountRefer Documents
6741-6750 of 7978 archived Tenders