Aerospace And Defence Tenders

Aerospace And Defence Tenders

Indian Air Force - IAF Tender

Works
Aerospace and Defence
GEM
India
Closing Date27 Feb 2025
Tender AmountINR 73.6 K (USD 843)
This is an estimated amount, exact amount may vary.
Composite Repair Supplemental Tool Kit

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents 
Two (2) Soraluce Fp4000 Horizontal Boring Mills

Rashtriya Chemicals And Fertilizers Limited Tender

Goods
Aerospace and Defence
GEM
Corrigendum : Closing Date Modified
India
Closing Date7 Mar 2025
Tender AmountRefer Documents 
CATEGORY: THRUSTER FOR MH LIFTING DEVICE , THRUSTOR 300/34KG MH AH , THRUSTOR 200 18KG CRP CT , THRUSTER FOR MAIN HOIST 25T EOT CRANE

Indian Air Force - IAF Tender

Goods
Aerospace and Defence...+1Consultancy Services
GEM
Corrigendum : Corrigendum Added
India
Closing Date27 Feb 2025
Tender AmountINR 1.2 Million (USD 13.8 K)
This is an estimated amount, exact amount may vary.
CATEGORY: Aerospace Safety Publicity Items

Shree Narmada Khand Udyog Sahakari Mandali Limited Tender

Goods
Aerospace and Defence
India
Closing Date7 Mar 2025
Tender AmountRefer Documents 
C- Twill New Gunny Bag Description As Per Tender

Banaras Locomotive Works - BLW Tender

Goods
Machinery and Tools...+1Aerospace and Defence
Ireps
India
Closing Date7 Mar 2025
Tender AmountRefer Documents 
72902140 hand Crimper Af-8 With Turret Veam Model No Th378 Specn: Crimper Daniel Af 8, Mfg Part No M22520/1-01 With Crimper Turret Head, Mfg Part No Th378, Make- Dmc/amp/b urndy [ Warranty Period: 30 Months After The Date Of Delivery ] ] consignee General Stores Depot, Blw Uttar Pradesh 3.00 Numbers

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents 
Repair Niin: 015855292 / Mission Crew Workst

Goa Shipyard Limited - GSL Tender

Goods
Aerospace and Defence
GEM
Corrigendum : Closing Date Modified
India
Closing Date7 Mar 2025
Tender AmountRefer Documents 
CATEGORY: ALDIS LANTERN WITH STOWAGE BOX AND BULKHEAD MOUNTED CONTROL UNIT AS PER SOTR , OBS , INSTALLATION AND COMMISSIONING SPARES , TECHNICAL DOCUMENTATION , SERVICE ENGINEER CHARGES , TRAINING

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents 
Fy25 Mafb Sfs Nlets Software Service | Intent To Sole Source Notice

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents 
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Subpart 12.6, 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 On Sam.gov. The Request For Quotation (rfq) Number Is Spmym325q3115. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And Dfars Change Notice 2025-0117. 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 These Addresses: 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 5305 And The Naics Code Is 332722. The Small Business Standard Is 600. This Is A 100% Small Business Set Aside Solicitation. evaluation Criteria Is Lowest Price Technically Acceptable (lpta). Sprs 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: clin 0001: Capscrews, See Attached Rfq For Details. clin 0002: Shoulder Screws, See Attached Rfq For Details. 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: responsibility And Inspection: Unless Otherwise Specified In The Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control. The Following Far Provisions (p) And Clauses Are Applicable To This Procurement: 52.204-7 (p), System For Award Maintenance 52.204-13, Sam Maintenance 52.204-16 (p), Commercial And Government Entity Code Reporting. 52.204-17 (p), Ownership Or Control Of Offeror. 52.204-18 Commercial And Government Entity Code 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 (p), Notice Of Priority Rating 52.211-15, Defense Priority And Allocation Requirements. Rated Do. 52.211-17, Delivery Of Excess Quantities 52.212-1 (p), Instructions To Offerors - Commercial Items; 52.212-3 Alt 1 (p), Offeror Reps And Certs 52.212-4, Contract Terms And Conditions – Commercial Items 52.219-1 Alt 1 (p), Small Business Program Representations 52.222-22 (p), Previous Contracts & Compliance Reports 52.222-25 (p), Affirmative Action Compliance 52.223-22 (p), Public Disclosure Of Greenhouse Gas Emissions -representation 52.225-25 (p), Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relation To Iran-reps And Certs 52.232-39, Unenforceability Of Unauthorized Obligations 52.242-15, 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 (p), 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 52.204-27 Prohibition On A Bytedance Covered Application 52.204-30 Fascsa Federal Acquisition Supply Chain Security Act Orders-prohibition 52.219-6 Notice Of Total Small Business Set-aside 52.219-28 Post-award Small Business Program Representation 52.219-33 Nonmanufacturer Rule 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 52.223-23 Sustainable Products And Services 52.225-1 Buy American-supplies 52.225-13 Restriction On Certain Foreign Purchases 52.226-8 Encouraging Contractors To Ban Text Messaging While Driving 52.232-33 Payment By Eft-sam 52.232-36 Payment By Third Party 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 (p), Representation Relating To Compensation Of Former Dod Officials 252.204-7003. Control Of Government Personnel Work Product 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 Limitations On The Use Or Disclosure Of Third- Party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7015, Disclosure Of Information To Litigation Support Contractors 252.204-7016 (p), * See Attachment For This Provision. 252-204-7017 (p), 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 (p), *see Attachment For This Provision. 252.204-7020, Nist Sp 800-171 Dod Assessment Requirements 252.204-7024 (p), 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 para (c)(i): Exempted From Iuid By Military Service Customer. Supplier Should Check Iuid Exemption Box In Wawf. 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 (p), 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 252.244-7000, 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) 5452.233-9001, 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 (sep 2021) c14 Repackaging Or Relabeling To Correct Deficiencies (may 2020) c20 Vendor Shipment Module (vsm) (nov 2022) e05 Product Verification Testing (may 2020) h10 Exceptions To Requirement For All Sources Of Supply To Have Dla Controlling Authority Approval To Access Dla Controlled Technical Data Or Information For Contract Performance (may 2024). l06 Agency Protests (dec 2016) l08 Use Of Supplier Performance Risk System (sprs) In Past Performance Evaluations (jun 2020, Mar 2023) l31 Additive Manufacturing (jun 2018) local Clauses (see Attachment For Full Text): ym3 A1: Additional Information ym3 A2: Instructions To Receive Data ym3 A3: Government Purchase Card Mop ym3 C500: Mercury Control (supplies) ym3 C528: Specification Changes ym3 D2.2: Marking Of Shipments ym3 D4: Preparation For Delivery (commercially Packaged Items) ym3 D8: Prohibited Packing Materials ym3 E2: Inspection And Acceptance (destination) 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 At 03:00 Pm Est Local Time On 3/7/2025. Poc For This Solicitation Is Emily Kritzman Who Can Be Reached By Email (below). method Of Submission: Offers Shall Be Emailed. please Submit Quotations Via Email At Emily.kritzman@dla.mil quotes Also To: Dla-kme-quotations@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 At Http://www.sam.gov/. if Not The Actual Manufacturer – Manufacturer’s Name, Location, And Business Size Must Be Provided. 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 ********
9891-9900 of 10000 archived Tenders