Amc Tenders

Amc Tenders

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Description: Description: There Is No Solicitation Available At This Time. Request For A Solicitation Will Not Receive A Response. This Sources Sought Synopsis (sss) Is In Support Of Market Research Being Conducted By The Defense Logistics Agency, Redstone Arsenal, Alabama To Identify Potential Manufacturing/supply Sources, And If Future Efforts Can Be Competitive Or Set Aside For Small Business. T He Proposed North American Industry Classification Systems (naics) Code And The Corresponding Size Standard Of Employees Is Listed Below. This Sss Is To Notify Companies That The Defense Logistics Agency, Redstone Arsenal, Alabama, Is Seeking Qualified Sources For The Acquisition For The Item Listed Below In Support Of The Multiple Launch Rocket System. this Requirement Will Be For A One-time Buy For The Following Item(s). control Section, Gui, Nsn: 1420-01-540-8608, Part# 13540365, Naics-336419 & Size-1050 test Set, Rocket Lau, Nsn: 4933-01-711-0503, Part# 13547638, Naics-334419 & Size-750 test Set, Guided Mis, Nsn: 4993-01-710-7883, Part# 13547637, Naics-334419 & Size-750 the Technical Data For This Part Has Undergone Full Screening Per The Dfars Pgi 217.7506, Spare Parts Breakout Program. These Items Have Been Assigned Amc/amsc Codes 3b And 4d. 3b Must Be Acquired, For The Second Or Subsequent Time, Directly From The Actual Manufacturer. This Part Must Be Acquired From A Manufacturing Source(s) Specified On A Source Control Or Selected Item Drawing As Defined By The Current Version Of Dod-std-100. Suitable Technical Data, Government Data Rights, Or Manufacturing Knowledge Are Not Available To Permit Acquisition From Other Sources, Nor Qualification Testing Of Another Part, Nor Use Of A Second Source Part In The Intended Application. Although, By Dod-std-100 Definition, Altered And Selected Items Shall Have An Adequate Technical Data Package, Data Review Discloses That Required Data Or Data Rights Are Not In Government Possession And Cannot Be Economically Obtained. If One Source Is Available, Amcs 3, 4, Or 5 Are Valid. If At Least Two Sources Exist, Amcs 1 Or 2 Are Valid. 4d Must Be Acquired, For The First Time, Directly From The Actual Manufacturer. The Data Needed To Acquire This Part Competitively Is Not Physically Available, It Cannot Be Obtained Economically, Nor Is It Possible To Draft Adequate Specifications Or Any Other Adequate, Economical Description Of The Material For A Competitive Solicitation. Amcs 3, 4, Or 5 Are Valid. as A Result, This Acquisition Is Currently Being Procured Under Federal Acquisition Regulation (far) 6.302-1(a)(2) Having Only A Limited Number Of Responsible Sources. the Government Is Interested In All Businesses To Include 8(a), Small Business And Small Disadvantaged Business, Service-disabled Veteran-owned, Hubzone, And Women-owned Small Business Concerns. All Offerors Must Meet Prequalification Requirements In Order To Be Eligible For Award. The U.s. Army Combat Capabilities Development Command Aviation & Missile Center’s (avmc Devcom) System Readiness Directorate (srd), Sustainment Division (sd) Is The Engineering Source Authority For Source Approvals. Firms That Recognize And Can Produce The Required Item Described Above Are Encouraged To Identify Themselves. Firms Are Encouraged To Seek Source Approval In Order To Compete For Future Efforts By Emailing Inquiries To: Usarmy.redstone.devcom-avmc.mbx.amr-ss-sar@mail.mil. The Closing Date Annotated Is An Estimated Date And May Be Adjusted Dependent Upon The Date Of Release For Solicitation; However, The Solicitation Will Not Close Prior To The Date Stated Above. Foreign Firms Are Reminded That All Requests For Solicitation Must Be Processed Through Their Respective Embassies. the Contractor Shall Be Capable Of Successfully Performing And Complying With Any And All Special Requirements In Accordance With The Terms And Conditions Set Forth In The Solicitation Annotated Above, At The Unit Prices Established At Time Of A Contract Award. The Contractor Will Be Responsible For Recurring And Nonrecurring Engineering Services Associated With Becoming A Qualified Source. The Contractor Will Also Be Responsible For All Aspects Of The Manufacturing/production Process, Including But Not Limited To - Supply Chain Management, Logistics, Forecasting Of Parts, Long-lead Parts Procurement, Material Forecasting, Obsolescence Issues And Final Delivery Of Assets As Well As Any And All Additional Costs Incurred Resulting From Contract Performance. procurement Consists Of Two Or More Requirements For Supplies, Based On Forecasted Demands. The Subsequent Solicitation Shall Include A Request For Economic Order Quantities (eoqs) To Ensure Optimal Ordering Quantities. The Eoq Request, Is To Avoid Acquisitions In Disadvantageous Quantities And To Assist The Government In Developing Data For Current And Future Acquisitions Of This Item/these Items. The Government Anticipates The Offeror’s Proposal (in View Of Market Research, Historical Awards, The Nature Of The Item(s) Being Solicited, And The Current Economic Environment) Will Include Quantities/ranges That Will Vary From Those Being Solicited. The Solicited Quantities Are Based On Estimated Annual Demands And As Such Government Reserves The Right To Award The Most Advantageous Quantities &/or Ranges. The Government Retains The Right To Cancel This Procurement, Partially Or In Entirety Before Award. In The Event The Government Cancels This Acquisition (partially Or In Entirety) Before Award, The Government Has No Obligation To Reimburse An Offeror For Any Costs. disclaimer: This Sss Is Issued Solely For Informational And Planning Purposes. It Does Not Constitute A Solicitation (request For Proposal Or Request For Quotation) Or A Promise To Issue A Solicitation In The Future And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. this Acquisition May Contain Technical Data Whose Export Is Restricted By The Arms Export Control Act (title 22, Usc., Sec 2751 Et Seq) Or The Export Administration Act (title 50, Usc., App 2401-2402) Executive Order 12470. Arms Export Information Cannot Be Released Outside The Untied States Without Prior Approval Of The Government. Export Control Requires The Applicable Certifications To Be Current For Both The Quoter And Manufacturer. The Offeror And Any Source(s) Of Supply It Will Use For Contract Performance Must Have An Active United States/canada Joint Certification Program (jcp) Certification To Access Export-control Data. Dla Does Not Intend To Delay Award In Order For An Ineligible Offer Or Its Source(s) Of Supply To Apply For And Receive Authority To Access The Export-controlled Data.
Closing Date25 Sep 2026
Tender AmountRefer Documents 

Amc 40531300 0000 Tender

Laboratory Equipment and Services
Netherlands
Purchaser Name: Amc 40531300 0000 | Title:market Consultation Laboratory Management System For Pathology
Closing Date8 Jan 2041
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
Details: 1. Estimated Issue Date And Estimated Closing/response Date: issue: 4 Nov 2024 closes: 4 Dec 2024 2. Rfp#: Sprta1-25-r-0025; Pr: Fd2030-25-00131. 3. Service/spare/repair/oh: Af Spares. 4. Amc: 3/d. 5. Nomenclature/noun: Panel, Protection, Electrical System 6. Nsn: 6110-01-108-3695. 7. Pn: 16e1015-825. 8. History: No Dla History 9. Description/function: Dim: L= 12.5000 In; W= 8.0000 In; H= 4.0000 In; Wt= 12.0000 (lb). Material: Metal. Function: Provides Over-current Protection. 10. Total Line-item Quantity: L/i 0001: 62 Ea; Minimum 16 Each And Maximum 93 Each. 11. Application (aircraft): F-16e. 12. Destination: L/i 0001: Sw3210. 13. Required Delivery: L/i 0001: Delivery Number 1: 62 Ea On 02 Nov 2025. Early Delivery Is Acceptable 14. Qualification Requirements: Do Not Exist. 15. Export Control Requirements: No. 16. Iuid: Iuid Requirements Will Apply. 17. Qualified Sources: Lockheed Martin Corporation; Cage: 81755. 18. Set-aside: N/a. 19. Mandatory Language: in Accordance With Far 5.207(c)(16)(ii), All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. It Is Suggested That Small Business Firms Or Others Interested In Subcontracting Opportunities In Connection With The Described Procurement Make Contract With The Firms(s) Listed. based Upon Market Research, The Government Is Not Using The Policies Contained In Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. government's Obligation Under This Contract Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made. No Legal Liability On The Part Of The Government For Any Payment May Arise Until Funds Are Made Available To The Contracting Officer For This Contract And Until The Contractor Receives Notice Of Such Availability, To Be Confirmed In Writing By The Contracting Officer. electronic Procedures Will Be Used For This Solicitation. The Solicitation Will Be Available For Download Only At Www.sam.gov. authority: 10 U.s.c. 2304(c) (1), Justification: Supplies (or Services) Required Are Available From Only one Or A Limited Number Of Responsible Source(s) And No Other Type Of Supplies Or Services Will Satisfy Agency Requirements. The Proposed Contract Action Is For Supplies And Services For Which The Government Intends To Solicit And Negotiate With Only One, Or A Limited Number Of Sources Under The Authority Of Far 6.302. this Notice Of Intent Is Not A Request For Competition. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement) After Date Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. note: While Price Will Be A Significant Factor In The Evaluation Of Offers, The Final Contract Award Decision May Be Based Upon A Combination Of Price And Past Performance Factors As Detailed In The Solicitation. note: An Ombudsman Has Been Appointed To Hear Concerns From Offerors Or Potential Offerors During The Proposal Development Phase Of This Acquisition. The Purpose Of The Ombudsman Is Not To Diminish The Authority Of The Program Director Or Contracting Officer, But To Communicate Contractor Concerns, Issues, Disagreements And Recommendations To The Appropriate Government Personnel. When Requested, The Ombudsman Will Maintain Strict Confidentiality As To The Source Of The Concern. The Ombudsman Does Not Participate In The Evaluation Of Proposals Or In The Source Selection Process. Interested Parties Are Invited To Call The Ombudsman At (405)-855-3552. Do Not Call This Number For Solicitation Requests. request For Written Proposal Will Be Issued. Only Written Or Faxed Request Received Directly From The Requestors Are Acceptable. The Anticipated Award Date Will Be 60 Days After The Issuance Of This Notice. 20. Buyer’s Contact Information: Questions Concerning This Synopsis Or Subsequent Solicitation Can Be Directed To The Buyer, James Maynard, 405-855-3351, James.maynard.6@us.af.mil.
Closing Soon25 Oct 2024
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Others
United States
Details: There Is No Solicitation Available At This Time. Requests For A Solicitation Will Not Receive A Response. This Sources Sought Synopsis (sss) Is In Support Of Market Research Being Conducted By The United States Air Force To Identify Potential Manufacturing Sources And To Determine If This Effort Can Be Competitive Or A Small Business Set-aside. This Is Not A Request For Proposal (or Solicitation) Or An Indication That A Contractual Commitment Will Exist For This Requirement. The Government Does Not Intend To Award A Contract On The Basis Of This Market Research. No Funds Are Available To Fund The Information Solicited. the 424nd Supply Chain Management Squadron Located At Tinker Air Force Base Is Requesting Information, Pursuant To Far Part 10, In Support Of Market Research To Identify Potential Sources For The Manufacture Of The Nsn(s) Listed Below. The Government Will Use This Information To Determine The Best Future Acquisition Strategy For This Procurement, Inclusive Of The Need To Do An Industry Day And/or Pre-solicitation Conference. The Government Does Not Have The Associated Technical Data To Provide To Potential Sources. No Qualification Requirements Exist. Consequently, Potential Sources For This Effort Typically Would Be Companies Who Have A License Or Agreement With The Original Equipment Manufacturer The Boeing Company, Cage: 81205 To Complete The Work Described, Including Military Specific Modifications. the Proposed North American Industry Classification Systems (naics) Code Is 336413, Which Has A Corresponding Size Standard Of 1,250 Employees. The Government Is Interested In All Businesses To Include, Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-disabled Veteran-owned Small Businesses, Hubzone Businesses, And Women-owned Small Businesses. The Government Requests That Interested Parties Respond To This Notice If Applicable And Identify Your Small Business Status To The Identified Naics Code. Additionally, Please Provide Any Anticipated Teaming Arrangements, Along With A Description Of Similar Services Offered To The Government And To Commercial Customers For The Past Three Years. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime, And The Work Accomplished By The Teaming Partners. the Contractor Shall Be Capable Of Furnishing All Required Labor, Material, Facilities And Equipment To Accomplish Manufacture, Test, Preservation And Packaging, And Return To The Government A Completely Serviceable Unit. Contractor Will Be Responsible For Supply Chain Management, Logistics, Forecasting Of Parts, Long-lead Parts Procurement, Reparable Forecasting, Obsolescence Issues And Delivery Of Serviceable Assets. The Government Requests That Interested Parties Respond To This Notice In Writing Including Details Of Your Ability To Either Provide A Copy Of The Oem’s Manufacturing Data (including Disassembly, Repair, Test And An Illustrated Parts Breakdown Including Part Numbers) Or An Oem Licensee Agreement Certifying Your Business Is Approved By The Oem To Manufacture This Equipment. the Specific Requirement For This Effort Is Found The Table Below. the Item Is A Flap, Wing Landing For The E-3 Weapons System. part Number Nsn Estimated Requirement Amc l5346507-001 1560-01-239-9972 Ek 90 Ea 2c purchase Request Number fd20302402781 the Work Specified In This Sss Does Not Have Any Associated Technical Data Available For Distribution. Potential Sources For This Effort Shall Be Companies Who Have A Current License Or Agreement With The Oem To Complete The Work Described In This Sss. Companies Interested In Performing The Work Specified, And Have Met The Requirements Stated Above, Should Submit This Information (i.e. License Or Agreement Information) To The Requirements Workflow At The Following Address. Please Include The Pr Number In The Subject Line Of The Request To Ensure The Action Is Routed To The Responsible Organization please E-mail Your Response Advising If The Requirements Stated Above Can Be Met To The Following Address: 424.scms.afmc.rfi.responses@us.af.mil. This Sss Is Issued Solely For Informational And Planning Purposes. No Funds Are Available To Fund The Information Requested. The Information In This Notice Is Current As Of The Publication Date But Is Subject To Change And Is Not Binding To The Government. Oral Submissions Of Information Are Not Acceptable. submit The Following Information Also: company Name And Address cage Code duns Number company Business Size By Naic Code small Business Type (s), If Applicable point Of Contact For Questions And/or Clarification telephone Number, Fax Number, And Email Address web Page Url teaming Partners (if Applicable) oem License/agreement/manual provide Any Recommendations And/or Concerns. responses And/or Questions To This Synopsis Will Be Posted Through Fbo.
Closing Date1 Nov 2024
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

United States
Description: Spares Procurement Of Body, Valve platform: B-2 nsn: 4810013193821fw pn: 799648-100 notice Id (pr#) Fd20302402305 dept Of Defense dept Of The Air Force afmc air Force Sustainment Command 423 Scms/gumc north American Industry Classification System (naics) Code: 336413 (other Aircraft Parts And Auxiliary Equipment Manufacturing) sba Size Standard: 1,250 Employees requirement Information: New Manufacture Of B-2 Body Valve place Of Performance: Tinker Afb, Ok 73145 Usa contact Information: dla Aviation At Okc/dlr Procurementoperations dla Aviation/aob Sources Sought: Dlaaviation.aob.sourcessought@us.af.mil interested Sources Must Select “add Me To Interested Vendors” Button Above Or Below To Be Considered Participants In This Market Research Effort. there Is No Solicitation Available At This Time. Requests For A Solicitation Will Not Receive A Response. this Sources Sought Synopsis (sss) Is In Support Of Market Research Being Conducted By The United States Air Force (usaf). This Market Research Is Being Conducted To Increase Competition For This Requirement By Identifying Potential Sources And To Gauge Small Business Interest To Determine Whether Or Not This Requirement Can Be Satisfied With A Small Business Set-aside. the Government Will Use The Information Gathered Through Publication Of This Sss To Determine The Best Acquisition Strategy For This Requirement. The Government Is Interested In All Potential Sources Including Small Businesses, Small Disadvantaged Businesses, 8(a) Businesses, Service-disabled Veteran-owned Small Businesses, Hubzone Small Businesses, Women-owned Small Businesses, Etc. the 423 Scms/gumc Supply Chain Management Squadron Located At Tinker Air Force Base Is Requesting Information, Pursuant To Far Part 10, In Support Of Market Research To Identify Potential Sources For The Spares Procurement Of The Nsn Listed Above/below. requirements: potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s) Listed Below. 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 For The Item(s) Listed Below. potential Sources May Be Responsible For Nonrecurring Engineering Costs Associated With Becoming An Approved Source. estimated Solicitation Information: estimated Solicitation Date: July 2024 estimated Solicitation Closing/response Date: August 2024 pr#: Fd20302402305 item Information: nomenclature/noun: Body, Valve national Stock Number (nsn): 4810013193821fw part Number (p/n): 799648-100 application: B-2 amc/amsc: 4p production Information: p/n Nsn Noun Estimated Requirement 799648-100 4810013193821fw Body, Valve 07ea note: The Oc-alc Source Approval Information Booklet, As Referenced By The Qualification Requirements (qrs), Provides Information Regarding The Purchase Of Drawings. potential Sources Wishing To Be Qualified To Perform The Requirement Specified Above Are Required To Complete A Source Approval Request (sar) Package As Specified In The Qrs For This Item. qrs And Engineering Data List (edl), If Applicable, Are Attached To This Notice. The Qr Attached To This Document Is For Reference Only. The Official Synopsis Of The Qrs For This Item Can Be Found By Searching Https://sam.gov For The Keyword Mqr-psd-1. Changes To The Item List Or Qrs Will Be Published To The Official Solicitation, Not This Notice. government Provided Data Is Annotated On The Edl Attached To This Posting. Absence Of An Edl Indicates The Government Cannot Provide Technical Data And That Potential Sources Are Required To Independently Acquire The Necessary Technical Data To Satisfy This Requirement. if Drawings Are Listed On Edl, Requests For Engineering Drawings In Response To Sss Posting Should Be Submitted Using An Excel Spreadsheet And Send To: tinker Engineering Drawings Public Sales Desk Email: ocalc.lgldo.public@us.af.mil phone: 405-736-4676, Or Dsn: 336-4676 source Approval for Questions Regarding The Tinker Sar Process Or Related Issues, These Inquiries Should Be Submitted To The Afsc Small Business Office At: afsc/sb 3001 Staff Drive, Suite 1ag 85a tinker Afb, Ok 73145-3009 email: Afsc.sb.workflow@us.af.mil website: Https://www.afsc.af.mil/units/sbo/index.asp the Actual Sar Package Submission Itself Shall Be Submitted Electronically Through Dod Safe Https://safe.apps.mil/. Dod Safe Is A Safe And Secure Option For Large File Submissions. If You Have A Pki Certificate, Thesar Can Be Sent Directly To The Poc Email Addresses Below Via Dod Safe. If You Do Not Have A Pki Certificate,then You Must Send A Standard Email Message To The Poc Email Addresses Below, And Ask That They “request Adrop-off” To Your Email Address Via Dod Safe, Which Will Enable You To Be Able To Upload The Sar Submission package Documents To Dod Safe. 429scms.saspo.workflow@us.af.mil And Stacy.cochran@us.af.mil. disclaimer: this Sss Is Issued Solely For Informational And Planning Purposes. It Does Not Constitute A Solicitation (request For Information, Request For Proposal, Or Request For Quotation) Or A Promise To Issue A Solicitation In The Future. the Information In This Notice Is Based On Current Information As Of The Publication Date. The Information In This Notice Is Subject To Change And Is Not Binding To The Government. If Changes Are Made, Updated Information Will Be Provided In Future Notices And Will Be Posted On The Federal Business Opportunities Website At Https://sam.gov. Responses To This Sss May Or May Not Be Returned. Contractors Not Responding To This Sss Will Not Be Precluded From Participation In Any Future Solicitation. estimated Solicitation Information the Government Requests That Interested Parties Respond To This Notice If Applicable And Provide The Requested Information In Part I Below. part I. Business Information please Provide The Following Business Information For Your Company/institution And For Any Teaming Or Joint Venture Partners: • Company/institute Name: • Address: • Point Of Contact: • Cage Code: • Phone Number: • E-mail Address: • Web Page Url: • Size Of Business Pursuant To North American Industry Classification System (naics) Code: • Based On The Above Naics Code, State Whether Your Company Is: • Small Business (yes / No) • Woman Owned Small Business (yes / No) • Small Disadvantaged Business (yes / No) • 8(a) Certified (yes / No) • Hubzone Certified (yes / No) • Veteran Owned Small Business ( (yes / No) • Service Disabled Veteran Small Business (yes / No) • Unique Entity Id (uei) • A Statement As To Whether Your Company Is Domestically Or Foreign Owned (if Foreign, Please Indicate Thecountry Of Ownership). as Stated Above, This Sss Is Issued Solely For Informational And Planning Purposes, And No Funds Are Available Tofund The Information Requested. The Information In This Notice Is Current As Of The Publication Date But Is Subject To Change And Is Not Binding To The Government. Oral Submissions Are Not Acceptable For Any Requested Information. note: Potential Sources Should Only Submit Questions Regarding This Post To The Above Email Address. Do Not Contact The Originator Of This Post With Questions. interested Sources Must Select “add Me To Interested Vendors” Button Above Or Below To Be Considered Participants In This Market Research Effort.
Closing Date23 Jul 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Energy, Oil and Gas
United States
Details: ***see Attachments For Full Text Of Announcement*** broad Agency Announcement (baa) fa9451-24-s-0001 air Force Research Laboratory Directed Energy Directorate announcement Overview initial 22 November 2023 naics Code: The Naics Code For This Acquisition Is 541715 For Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology), And The Small Business Size Standard Is 1,000 Employees. federal Agency Name: Air Force Research Laboratory, Directed Energy Directorate (afrl/rd) broad Agency Announcement Title: Tactical broad Agency Announcement Type: This Is The Initial Announcement Of Baa Fa9451-24-s-0001, Baa With Closed Calls broad Agency Announcement Number: Fa9451-24-s-0001 catalog Of Federal Domestic Assistance (cfda) Number(s): Not Applicable (n/a). No Assistance Instrument Or Cfda Opportunities Exist Under This Announcement. brief Program Summary: this Is A Five (5) Year Broad Agency Announcement (baa) Describing The Research Areas Of Interest For The Directed Energy Directorate. This Baa Approach Allows For Proposal Submittals At Aspecified Date And Time, Which Will Be Posted Through The Issuance Of Calls At Various Timesagainst This Baa. This Baa Will Be Reviewed No Less Frequently Than Annually And Updates Will Be Published In The System For Award Management (sam) (https://sam.gov). Any Changes Or Cancellationof The Baa Will Be Posted As Amendments To This Baa. This Annual Review And Subsequent Amendment Tothe Baa Shall Meet The Requirement Of Federal Acquisition Regulation (far) 35.016 To Publish Thebaa No Less Frequently Than Annually. As Technical Requirements Are Identified, Calls May Be Issuedin Sam.gov To Request Proposals For Specific Research Efforts. These Subsequent Calls Will Contain Specific Descriptions Of The Research Effort To Be Addressed, Anticipated Period Of Performance,information Peculiar To The Specific Research Technical Topic Area, And The Estimated Funding Profile For The Call. proposal Due Date And Time: No Proposals Should Be Submitted Against This Overarching Baa. Proposal Due Dates And Times Will Be Specified In Each Callannouncement. Proposals Received After The Due Date And Time Specified In The Call Shall Begoverned By The Provisions Of The Far 52.215-1(c)(3). It Should Be Noted That This Installation Observes Strict Security Procedures To Enter The Facility. These Security Procedures Are Notconsidered An Interruption Of Normal Government Processes, And Proposals Received After The Duedate And Time Specified In The Call Because Of Security Delays Will Be Considered Late”. furthermore, Note That If Offerors Utilize Commercial Carriers In The Delivery Of Proposals, Theymay Not Honor Time-of-day Delivery Guarantees On Military Installations. Early Proposal Submissionis Encouraged. general Information: This Acquisition Is Unrestricted. This Baa Is Issued Under The Provisions Offar 6.102(d)(2) That Provides For The Competitive Selection Of Research Proposals. Proposalssubmitted In Response To This Baa That Are Selected For Award Are Considered To Be The Results Offull And Open Competition And In Full Compliance With The Provisions Of Pl 98-369, The Competitionin Contracting Act Of 1984. Offerors Must Monitor Sam In The Event This Announcement Is Amended,and For The Posting Of Calls. announcement Modifications: Due To The Dynamically Evolving Nature Of Us Warfighter Directed Energyneeds, This Announcement Is Potentially Subject To Include Updates, Revisions, Or Additional Topicareas. Therefore, Offerors Are Highly Encouraged To Continually Monitor Sam To Ensure They Receivelatest Guidance To This Announcement. type Of Contracts/instruments: The Air Force Reserves The Right To Award The Instrument Best Suitedto The Nature Of Research Proposed. Accordingly, The Government May Award Any Appropriate Contracttype Under The Federal Acquisition Regulation. the Government Anticipates That A Mix Of Contract Types Will Be Used Throughout The Life Of Thisbaa. Generally, Awards Under This Announcement May Be Cost-plus-fixed Fee (completion And Term),cost Contract, Or Firm Fixed Price. There Are No Opportunities For Other Transactions, Grants,cooperative Agreements, Or Other Types Of Non-far Instruments Under This Announcement. cost-type Contracts Will Require Successful Offerors To Have An Accounting System Deemed Adequateby Defense Contract Audit Agency (dcaa) For Tracking Costs Under A Cost Reimbursable Contract(dfars 242.75). If An Offeror Does Not Have A Dcaa Approved Accounting System, A Cost-type Contractcannot Be Awarded. annual Representations And Certifications: Potential Offerors Are Notified That Effective 01 Jan2005 To Be Eligible For An Award And In Compliance With Far 52.204-7 And Dfars 252.204-7007alternate A, They Must Submit Annual Representations And Certifications, Via Sam.gov. Beforesubmitting The Electronic Annual Representations And Certifications, Contractors Must Be Registeredin The Sam Database. Online Registration Instructions Can Be Accessed From The Sam Athttps://sam.gov. These Far And Dfar Level Representations And Certifications Are Required Inaddition To The Representations And Certifications That May Be Attached To Each Call. estimated Program Cost: Anticipated Funding For The Program (not Per Call, Contract, Or Award): fy24 Fy25 Fy26 Fy27 Fy28 Total $100m $100m $100m $100m $99m $499m this Funding Profile Is An Estimate Only And Will Not Be A Contractual Obligation For Funding. Allfunding Is Subject To Change Due To Government Discretion And Availability. All Potential Offerorsshould Be Aware That Due To Unanticipated Budget Fluctuations, Funding In Any Or All Areas Maychange With Little Or No Notice. anticipated Number Of Awards: The Air Force Anticipates Awarding A Minimum Of One Contract Perspecific Call. However, The Air Force Reserves The Right To Make Multiple Awards Or No Awardspursuant To A Call. There Is No Limit On The Number Of Contracts That May Be Awarded To Anindividual Offeror. system For Award Management (sam) Registration: Before The Government Can Award A Contract, An Offeror Must Be Registered In The System For Award Management (sam). It Is In The Offeror’s Interest To Visit Sam And Ensure That All The Offeror’sdata Is Up To Date From Sam And Other Databases To Avoid Delay In Award. Sam Allows Firmsinterested In Conducting Business With The Federal Government To Provide Basic Information Onbusiness Capabilities And Financial Information. To Register, Visit Https://www.sam.gov. point Of Contact: a) Administrative, Technical, Or Contractual Questions Should Be Sent Via E-mail Toafrl.rdlb.tacticalbaa@us.af.mil. All Requests Must Include A Name, E-mail Address, And Phone Numberof An Organizational Point Of Contact. b) Each Call Will Include Specific Contracting Points Of Contact. amendment 1 – Fy24 Request For Executive Summaries For Topic Area Group Inclusion (15 December 2023) under The Air Force Research Laboratory (afrl) Tactical Broad Agency Announcement (baa), Fa945124s0001, Posted On Sam.gov On 22 November 2023, Afrl Is Issuing This Call For Executive Summaries For Inclusion Into Topic Area Groups (tags). The Government Is Interested In Executive Summaries As Directed In Section Vii Of The Baa Announcement. Executive Summaries Shall Be Tailored To One Specific Topic Area. Any Offeror Wishing To Be Considered For Inclusion To Multiple Tags Shall Submit An Executive Summary For Each Tag Desired. Topic Areas Are Listed In Section I Paragraph 5 Of The Baa Announcement. Submission Instructions Are Included In Section Vii Of The Baa Announcement. Executive Summary Review And Evaluation Procedures Are Listed In Section Viii Of The Baa Announcement. Executive Summaries Will Be Accepted From 1 January 2024 Through 1600 Mst On 31 January 2024. Afrl Intends To Announce Tag Members By 15 March 2024. tactical Organizational Mailbox: Afrl.rdlb.tacticalbaa@us.af.mil offerors Shall Use The Following Naming Convention For The Subject Line Of The Email Submission: “topic Area X: Company Name, (cage: Xxxxx)” ***do Not Submit Classified Executive Summaries – If It Is Necessary To Submit A Classified Executive Summary, First Send An Unclassified Request To The Tactical Org Mailbox For Specific Submission Instructions*** (end Of Amendment) amendment 2 – Revision To Fy24 Topic Area Group Inclusion (13 February 2024) afrl Has Revised The Date It Intends To Announce Tag Members. Afrl Now Intends To Announce Tag Members By 29 March 2024. (end Of Amendment) amendment 3 –fy24 Topic Area Group Members (28 March 2024) afrl Is Pleased To Announce The Establishment Of The Tactical Topic Area Groups (tag). note: There Is No Appeal Process For Any Executive Summary (es) Submission Evaluated As “selected” Or “not Selected”. The Only Feedback That Will Be Provided Is Captured Under The Executive Summary Review Forms Provided As A Response To Offeror Executive Summaries. for Any Offerors Not Included In The Tag List Below, Afrl Welcomes Offerors To Submit An Es For Inclusion In Topic Areas In Response To Any Future Tactical Request For Executive Summary Announcements On This Broad Agency Announcement (baa). However, Executive Summaries Will Only Be Accepted During The Time Periods Specified In Tactical Requests For Executive Summary Announcements Posted To This Announcement. the Selected/technically Qualified Tactical Topic Area Group (tag) Members As Of 28 March 2024 Are As Follows: topic Area 1: Laser Sources arete Associates, Cage: 8n501 ball Aerospace, Cage: 1kpw4 blue Halo, Cage: 0exa1 boeing, Cage: 0ybj7 eo Solutions, Cage: 9kc43 ii-vi, Cage: 22669 kratos Defense, Cage: 0wjv2 leidos, Cage: 5ute0 lockheed Martin, Cage: 0wms3 northrop Grumman, Cage: 11982 physical Sciences, Cage: 8k901 raytheon, Cage: 4u884 stellar Science, Cage: 1mzg2 tau Technologies, Cage: 35pu6 topic Area 2: Aero-effects & Beam Control ball Aerospace, Cage: 13993 blue Halo, Cage: 0exa1 boeing, Cage: 0ybj7 eo Solutions, Cage: 9kc43 ii-vi, Cage: 22669 leidos, Cage: 5ute0 lockheed Martin, Cage: 0wms3 northrop Grumman, Cage: 11982 radiance Technologies, Cage: 1h1j5 raytheon, Cage: 4u884 verus Research, Cage: 73s36 topic Area 3: Laser System Technologies, Integration And Demonstration ball Aerospace, Cage: 1kpw4 bluehalo, Cage: 0exa1 boeing, Cage: 0ybj7 eo Solutions, Cage: 9kc43 ii-vi, Cage: 22669 kratos Defense, Cage: 0wjv2 leidos, Cage: 5ute0 lockheed Martin, Cage: 0wms3 northrop Grumman, Cage: 11982 radiance Technologies, Cage: 1h1j5 raytheon, Cage: 4u884 tau Technologies, Cage: 35pu6 topic Area 4: Laser System Modeling & Simulation amp Research, Cage: 0m5z2 ball Aerospace, Cage: 1kpw4 bluehalo, Cage: 0exa1 boeing, Cage: 0ybj7 eo Solutions, Cage: 9kc43 ii-vi, Cage: 22669 leidos, Cage: 5ute0 lockheed Martin, Cage: 0wms3 northrop Grumman, Cage: 11982 radiance Technologies, Cage: 1h1j5 raytheon, Cage: 4u884 stellar Science, Cage: 1mzg2 survice, Cage: 7t988 tau Technologies, Cage: 35pu6 topic Area 5: Laser Interaction Testing ball Aerospace, Cage: 1kpw4 boeing, Cage: 0ybj7 leidos, Cage: 5ute0 lockheed Martin, Cage: 0wms3 radiance Technologies, Cage: 1h1j5 raytheon, Cage: 4u884 topic Area 6: Laser Interaction Modeling And Simulation (m&s) ball Aerospace, Cage: 1kpw4 boeing, Cage: 0ybj7 lockheed Martin, Cage: 0wms3 radiance Technologies, Cage: 1h1j5 raytheon, Cage: 4u884 stellar Science, Cage: 1mzg2 tau Technologies, Cage: 35pu6 topic Area 7: Laser Vulnerability Assessments ball Aerospace, Cage: 1kpw4 boeing, Cage: 0ybj7 leidos, Cage: 5ute0 lockheed Martin, Cage: 0wms3 radiance Technologies, Cage: 1h1j5 raytheon, Cage: 4u884 stellar Science, Cage: 1mzg2 survice, Cage: 7t988 topic Area 8: Satellite Custody And Characterization (scc) arete Associates, Cage: 8n501 bluehalo, Cage: 0exa1 boeing, Cage: 0amc0 eo Solutions, Cage: 9kc43 lockheed Martin, Cage: 06887 radiance Technologies, Cage: 1h1j5 raytheon, Cage: 4u884 stellar Science, Cage: 1mzg2 tau Technologies, Cage: 35pu6 topic Area 9: Identification (id) And Characterization Using Alternate Electro-optics (eo) phenomenologies arete Associates, Cage: 8n501 ball Aerospace, Cage: 13993 bluehalo, Cage: 0exa1 boeing, Cage: 0amc0 ii-vi, Cage: 22669 lockheed Martin, Cage: 06887 radiance Technologies, Cage: 1h1j5 raytheon, Cage: 4u884 stellar Science, Cage: 1mzg2 topic Area 10: Artificial Intelligence (ai) And Autonomy For Space Domain Awareness (sda) ball Aerospace, Cage: 13993 bluehalo, Cage: 0exa1 boeing, Cage: 0amc0 eo Solutions, Cage: 9kc43 lockheed Martin, Cage: 65113 maxar, Cage: 3m4k0 radiance Technologies, Cage: 1h1j5 raytheon, Cage: 4u884 stellar Science, Cage: 1mzg2 tau Technologies, Cage: 35pu6 true Anomaly, Cage: 9bgf6 verus Research, Cage: 73s36 topic Area 11: High Power Electromagnetics (hpem) Modeling And Effects bluehalo, Cage: 0exa1 epirus, Cage: 86e60 leidos, Cage: 5ute0 sem-sol, Cage: 7f6m2 stellar Science, Cage: 1mzg2 survice, Cage: 7t988 verus Research, Cage: 73s36 topic Area 12: Hpem Sources And Components bluehalo, Cage: 0exa1 epirus, Cage: 86e60 leidos, Cage: 5ute0 raytheon, Cage: 15090 sem-sol, Cage: 7f6m2 stellar Science, Cage: 1mzg2 verus Research, Cage: 73s36 topic Area 13: Hpem Applications bluehalo, Cage: 0exa1 epirus, Cage: 86e60 kratos Defense, Cage: 0wjv2 leidos, Cage: 5ute0 raytheon, Cage: 15090 sem-sol, Cage: 7f6m2 stellar Science, Cage: 1mzg2 verus Research, Cage: 73s36 topic Area 14: Wargaming bluehalo, Cage: 0exa1 lockheed Martin, Cage: 0wms3 radiance Technologies, Cage: 1h1j5 raytheon, Cage: 4u884 stellar Science, Cage: 1mzg2 survice, Cage: 7t988 tau Technologies, Cage: 35pu6 verus Research, Cage: 73s36 the Tag Members Listed Above Will Be Included In Any Future Request For Proposal (rfp) Or Request For White Paper (rfwp) For Topic Area Groups. inclusion In A Topic Area Group Does Not Directly Result In A Specific Contract Award. Any Future Contracts Under Topic Area Groups Will Be Awarded Based On Evaluation Of Proposals Or White Papers Solicited Directly From Established Groups Topic Area Group Members. please Note, Regardless Of Topic Area Group Membership, At Any Time The Government May Issue Standard Calls For Any Topic Area Under This Tactical Baa Announcement. (end Of Amendment) amendment 4 – Revision To Tactical Science & Technology (s&t) Program Protection Language (29 March 2024) the Purpose Of This Amendment Is To Revise The Tactical Science & Technology (s&t) Program Protection Language Included In Section I Paragraph 8 Of The Tactical Full Text Announcement Included In The Attachments. The Revised Paragraph Is As Follows: e. Science & Technology (s&t) Program Protection: Offerors Notified That Subsequent Call Announcements Shall Include A Requirement For Submission Of: 1.) A Completed Standard Form (sf 424), Research And Related Senior/key Person Profile (expanded) Form (see Attachments) For All Senior/key Personnel Proposed; And 2.) A Completed Security Program Questionnaire (see Attachments). Offerors May Be Asked To Provide A Mitigation Plan For Any Identified S&t Protection Risks. the Government Reserves The Right To Determine An Offeror Unawardable On The Grounds Of Unacceptable S&t Protection Risk Based On Its Review Of The Sf 424 And Security Program Questionnaire. During The Security Review Process, If It Is Determined That Personnel Listed To Perform Work Are Identified As Potentially Having A Conflict Of Interest/commitment, The Government Will Not Award The Contract At This Time. (end Of Amendment) amendment 5 – Virtual Industry Day afrl Directed Energy Will Be Hosting A Virtual Industry Day. date: Wednesday, 6 Nov 2024 location: Virtual Only (tentative Platform: Microsoft Teams Conference) schedule: 0900-1000 Rdl Laser Division Q&a Session 1000-1100 Rds Space Electro-optics Q&a Session 1300-1400 Rdh High Power Electro-magnetics Q&a Session 1400-1500 Rdm Modeling, Simulation & Wargaming Q&a Session discussion Level: Controlled Unclassified Information (cui). Participants Are Required To Have A Current And Active Dd Form 2345 To Access Or Participate In Any Virtual Q&a Session registered Participants May Attend One, Some, Or All The Q&a Sessions registration Link: Https://forms.osi.apps.mil/r/h8zzpzdnht registration Closes Wednesday, 30 Oct 24 At 1700 Mt.after The Registration Form Is Submitted, Afrl Will Verify The Status Of The Dd Form 2345 And Will Send A Confirmation Email That The Registration Is Complete. A Subsequent Email Will Be Sent No Later Than 4 Nov 2024 With The Links To The Q&a Session. (end Of Amendment)
Closing Date22 Nov 2028
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n97113d|fbb|717-605-2172|jennifer.l.henry73.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|vendor Code|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@us.navy.mil| note For Contractor/administrative Contracting Officer|3|||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (may 2024)|13|333413|500|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| on Drawing 5930889-1 (53711) Rev E approved Source Of Supply - Rotron Inc (cage 82877) p/n 034461000 amc Changed From 1g To 1c to View The Drawings: go To Www.https://beta.sam.gov/ click: Contract Opportunities And Enter The Solicitation Number. This Gives You Access To The Electronic Solicitation. drawings Can Be Viewed Or Downloaded. government Source Inspection Per Far 52.246-2 Is Required. delivery_____90__________days. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Fan,vaneaxial . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. drawing Data=3251443 |10001| -| |d|0001 | -|49998|0049750 drawing Data=3251443 |10001| -| |d|0002 | -|49998|0037908 drawing Data=3251443 |10001| -| |d|0003 | -|49998|0056857 drawing Data=3251443 |10001| -| |d|0004 | -|49998|0043332 drawing Data=3251443 |10001| -| |d|0005 | -|49998|0019154 drawing Data=5930889 |53711| E| |d|0001 | E|49998|2378278 document Ref Data=mil-std-130 | | |h |931201|a| | | document Ref Data=mil-std-167 | | |b |930630|a| | | document Ref Data=mil-std-202 | | |g |030718|a| |01| document Ref Data=mil-std-810 | | |f |030505|a| |03| document Ref Data=mil-b-23071 | | |c |010508|a| 3| | 3. Requirements 3.1 Manufacturing And Design - The Fan,vaneaxial Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;on Drawing 5930889-1 (53711) Rev E ; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 4. Quality Assurance 4.1 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection System Acceptable To The Governmnet. The Inspection System Requirements Shall Be In Accordance With Mil-i-45208. 4.2 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.3 Inspection Of Item(s) Manufactured To Commercial (nongovernment) Specifications - Inspection Of The Completed Fan,vaneaxial Shall Be Limited To Type And Kind, Quantity, Condition, Packaging And Marking. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod standardization Documents. Mail Requests Should Be Submitted To: Navy Publishing And Printing Service (subscriptions) Building 4d 700 Robbins Ave. Phildelphia, Pa. 19111 Attn: Dodssp Requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To: Commanding Officer Naval Surface Warfare Center Port Hueneme Div Code 5a00 Port Hueneme, California 93043 e. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. f. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 h. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 i. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Ordinance Document (od) Controlled Items - Award For An Item Will Be Made Only To The Vendor(s) Listed On ;od36190; . A Substitute Item Is Not Authorized Without Prior Testing And Approval By Nspcc. Contractors Are Cautioned That Award Of This Contract/purchase Order Will Not Be Delayed Solely For The Purpose Of Approving Additional Sources. Contractors Desiring To Provide A Substitute Item Are Urged To Contact The Government Activity Designated Above To Arrange For Testing And, If Approved, Added To The Od As An Approved Source Of Supply For Subsequent Procurements. on Drawing 5930889-1 (53711) Rev E approved Source Of Supply - Rotron Inc (cage 82877) p/n 034461000 \
Closing Date31 Oct 2024
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Energy, Oil and Gas
United States
Details: Solicitation Number:w912pf-25-q-liqu “supply Of Liquid Gas” notice Type: Combined Synopsis/solicitation synopsis: (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 Using Simplified Acquisition Procedures For Commercial Information Found At Far 13.5 And As Supplemented With The Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) The Solicitation Number Is W912pf-25-q-liqu And It Is Issued As A Request For Quotation (rfq). (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Fac Number/effective Date: 2005-87-2 / 04-06-2016. (iv) This Procurement Is Not A Set-aside. The North American Industry Classification System (naics) Code For This Project Is 325120. (v) Description Of The Requirements For The Items Being Required: the Purpose Of This Combined Synopsis/solicitation Is To Establish A Blanket Purchase Agreement (bpa) For The Supply Of Liquid Gas To Fill In The Tanks At Usag Italy Dmc, Camp Darby, Tirrenia, Pisa, Italy, As Described In Detail On “attachment 2 - Purchase Description For The Supply Of Liquid Gas”. attachments: attachment 1 - Lpg Tank Map attachment 2 - Purchase Description For The Supply Of Liquid Gas attachment 3 - Quoter Pricing Table (vendors Are Required To Specify The Unit And Total Costs On The Pricing Table. The Price Must Include The Delivery Of The Liquid Gas, The Installation And The Eventual Future Removal Of The Tanks.) attachment 4 - Bpa Terms And Conditions attachment 5 - Self-certification For Antimafia Communication” (vi) Dates And Location (place Of Delivery And Acceptance): the Bpa Will Be For Five Years required Period Of Performance: 7 January 2025 – 6 January 2030 the Delivery Of The Liquid Gas Will Take Place (fob Destination) To The Following Address: Camp Darby, Via Vecchia Livornese, 56128 Tirrenia (pisa), Italy (vii) The Provision At 52.212-1, Instructions To Offerors—commercial, Applies To This Acquisition. An Addendum To This Provision Is Also Incorporated In The Solicitation. Offerors Are Reminded That To Be Awarded A Government Contract You Must Be Registered In Sam (https://www.sam.gov/portal/public/sam/). addendum To Far 52.212-1: i. Documentation To Be Submitted all Quotes Must Be Submitted To The Contracting Officer No Later Than 15 November 2024 At 12:00 P.m. "noon" (local Time, Rome, Italy). All Quotes Shall Be Submitted In English And Shall Include The Company Point Of Contact, Phone Number, And Email Address. the Point Of Contact And Address For This Contract Is: ketti Andrei 414th Contracting Support Brigade - Rco Vicenza phone: 050-965-8766 email: Ketti.andrei2.ln@army.mil the Alternate Point Of Contact For This Requirement Is: sonia Zanobini 414th Contracting Support Brigade – Rco Vicenza phone: 050-965-8762 email: Sonia.zanobini2.ln@army.mil only E-mail Quotes Will Be Accepted. Quotes Shall Include One Scanned Copy Of The Dated Quote Signed By An Official Of The Company Fully Authorized To Bind The Quote. The Quotes Shall Be Submitted In Adobe Acrobat (pdf) Format. e-mail Submission Instructions: Quoters Shall Submit Their Quotation Via E-mail Using The Subject Line “w912pf25qliqu – Supply Of Liquid Gas”. If More Than One Email Is Required To Submit All Quotation Attachments, Quoters Shall Indicate In The E-mail Number At The Endof The Subject (i.e. For The First Of Three E-mails “w912pf25qliqu – Supply Of Liquid Gas”, E-mail 1 Of 3). if The Quotation Submission Requires Multiple E-mails To Submit, All E-mails Shall Be Submitted Prior To The Time Listed Above. E-mails Received After That Time Will Be Considered Late And The Quote Will Be Rejected. (note: Recommended Maximum File(s) Size Per Email Is No Larger Than 5mb. If Quotation Documents Exceed 5mb, Submit In Multiple Emails.) quoters Shall Include The Names And Number Of Attachments In The Body Of Each E-mail. E-mail Submissions Shall Be Sent To Both Above Email Addresses. Be Advised That The Government Does Not Provide Automatic Notification Of Receipt; Please Contact The Point Of Contact Via Telephone Or Email To Receive Confirmation. to Be Awarded A Government Contract You Must Have An Ncage Code (www.siac.difesa.it/) And Be Registered In Sam (https://www.sam.gov). pre-quote Conference: The Pre-quote Conference Will Be Held Via Teams On 23 October 2024 At 10.00 Am. Please, Send An E-mail To Ms. Andrei And Ms. Zanobini, Indicating Your Intent To Participate To The Conference And Providing The Names And E-mail Addresses Of The Persons That Would Like To Participate, Not Later Than 18 October 2024. A Link With The Invitation Will Be Sent, Before The Pre-quote Conference Date And Time. questions And Answers: All Prospective Quoters Are Highly Encouraged To Ask Questions Regarding This Rfq By Email To Ketti Andrei At Ketti.andrei2.ln@army.mil And To Sonia Zanobini At Sonia.zanobini2.ln@army.mil No Later Than Ten (10) Calendar Days Following The Posting Of This Solicitation. Answers To Questions May Be Posted To Https://sam.gov//. ii. Documentation Required For The Evaluation 1. Failure To Address All The Mandatory Requirements May Cause The Bidder To Be Disqualified From Further Consideration. 2. The Quoter Is Responsible For Submitting A Well-written Quote, With Adequately Detailed Information, Which Clearly Demonstrates Compliance With The Request For Quotation (rfq). factor I – Certifications the Following Certifications Shall Be Submitted And The Offeror Shall Demonstrate To Be In Possession Of The Following Documentation: - Certificate Of The Chamber Of Commerce (visura Camerale), Showing Qualification To Letter E (for Gpl Suppliers), As Per Italian Dm.37-08. - Copy Of “dichiarazione Di Non Essere Soggetto Di Provvedimenti Di Sospensione O Interdittivi Di Cui All’art. 14 Eel D. Lgs N.81-2008”. factor Ii – Price each Quoter Shall Provide A Price For Each Clin Included In The Request For Quotation, In Euro Currency And Without Iva Tax. The United States Government Is Exempt From Payment Of Imposta Valore Aggiunto (iva) Tax In Accordance With Dfar 252.229-7003, Tax Exemptions, And With Article 72 Of The Italian Iva Implementing Decree Law 633, Dated October 26, 1972. iii. Documentation Required For The Determination Of Responsibility a. Documento Unico Di Regolarita’ Contributiva (durc) the Quoter Shall Provide With The Quote A Copy Certified And Not Older Than 90 Ninety Days At The Time Set Forth For The Receipt Of The Quote Of The Durc. (documento Unico Di Regolarita’ Contributiva). Self-certifications Are Not Accepted, However If The Quoter Has Submitted A Certified Durc To The Issuing Office (rco Sub-office Livorno) Within 90 Days From The Due Date Of This Quote, Then The Quoter May Submit A Copy Of The Previously Certified Durc. the Document Must Include The Following Statement Otherwise The Quote Will Be Rejected: “con Il Presente Document Si Dichiara Che L’impresa Risulta Regolare Ai Fini Del Durc”. b. Self-certification For Antimafia Communication: The Quoter Shall Complete The “attachment 5 - Self-certification For Antimafia Communication”, Consisting Of One (1) Page. iv. Army Contract Writing System (acws) Transition Information For Offerors: a. The Army Contracting Enterprise (ace) Is In The Process Of Deploying New Solicitation And Contract Writing Software To Army Contracting Offices Worldwide. Known As The Army Contract Writing System (acws), This Modern Software Suite Will Soon Replace Most Existing Army Contract Writing Systems, Including The System Used To Create And Release This Solicitation. b. During This Transition Period, Offerors Are Hereby Advised: 1. The Contracting Office May Use Any Combination Of Contract Writing Systems To Create And Release Documents Related To This Solicitation (e.g. Solicitation Amendments And Awards, If Any). Due To This: i. This Solicitation May Contain Different Offer Submission Instructions Than Other Solicitations Released By The Same Contracting Office (e.g. Requiring Offer Submission Via The Piee Solicitation Module Vs. E-mail). Offerors Should Review All Offer Submission Instructions Contained In The Solicitation Documents And Direct Any Questions Or Concerns To The Contract Specialist Or Contracting Officer. ii. If The Contracting Office Switches Contract Writing Systems Prior To Award, Documents You Receive From The Contracting Officer Or View On Sam.gov Or Other Forums May Appear Noticeably Different Than The Initial Solicitation Or Previous Solicitations Or Awards From The Same Contracting Office. This Is Normal And Expected. iii. A Change Between Contract Writing Systems May Cause Important Information Concerning Solicitation Response (amendments) Or Accepted Terms (awards) To Take On Different Formatting Or Appear In Different Parts Of Later Documents Issued. Offerors Shall Review All Documents Carefully To Locate This Important Information And Direct Any Questions Or Concerns To The Contract Specialist Or Contracting Officer. 2. The Government Does Not Intend To Use The Transition Between Contract Writing Systems To Effect Any Changes To Solicitation Or Award Terms And Conditions Without Accompanying Document Narratives Explicitly Stating Such Changes Are Deliberate And Desired. While The Contract Specialist And Contracting Officer Will Take Care To Minimize Or Eliminate Any Inadvertent Changes When Adapting To The New Contract Writing Software, You, As The Offeror, May Still Be The First To Spot Such Errors. Therefore, Offerors Shall: i. Notify The Contracting Officer Immediately If Any Observed Changes, Removals, Or Additions Affect Your Award Eligibility, Violate Or Alter Existing Quote/proposal Terms, Or Could Affect Contract Performance Post-award. ii. Take Special Care To Ensure All Fill-in Clauses Are Populated And Remain Populated Across Documents Received From The Contracting Office Throughout The Solicitation And Award Process. iii. Contact The Contracting Officer Listed On The First Page Of The Solicitation Or Solicitation Amendment For Guidance If You Notice Or Suspect Any Inadvertent Change Has Occurred Between Document Issuances. 3. The Contracting Officer Will Correct Problems Affecting Award Documents (if Any) Via Bilateral Modification, At No Cost To The Contractor. Any Such Modification Will Reconcile The Award With The Latest Version Of This Solicitation Reflecting Deliberate Action By The Contracting Officer (e.g. The First Issuance If No Amendments, Or The Latest Amendment With Accompanying Narratives), Inclusive Of Any Documented Pre-award Negotiations Or Accepted Supplemental Offer Terms. 4. In The Unlikely Event A Network Disruption, Contract Writing System Error, Or Financial System Error Threatens Timely Award Of The Requirement Set Forth In This Solicitation, The Contracting Officer: i. May Elect To Use Alternative Mechanisms To Obligate Funds And Allow Work Or Deliveries To Legally Begin To The Benefit Of, And With Legal Protection For, Both Parties. ii. Will Incorporate The Latest Version Of This Solicitation Into Such Mechanisms To Serve As A Framework For Contract Execution Until Any Such System Problems Are Resolved. iii. Will Ensure Any Action Taken Does Not Conflict With The Stated Offer Evaluation And Award Methodology Of This Requirement. iv. Will Issue A Complete, Properly-formatted Award Accurately Reflecting This Requirement And All Applicable Terms And Conditions Once Systems Return To Normal. (end Of Addendum To Far 52.212-1) (xiii) The Provision At 52.212-2, “evaluation — Commercial Items” Applies To This Acquisition. An Addendum To Far 52.212-2 Is Incorporated In The Solicitation. This Provision Has Been Tailored To This Procurement And Provided In Full Text Below: a) The Government Will Award A (one) Blanket Purchase Agreement Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: factor I – Certifications factor Ii – Price: (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Years. The Government May Determine That An Offer Is Unacceptable If The Five Yearsprices Are Significantly Unbalanced. (c) 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 Blanket Purchase Agreement 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) addendum To Far 52.212-2: i. Basis For Award this Acquisition Will Be Conducted In Accordance With Far Part 12, Acquisition Of Commercial Items, And Far Part 13, Simplified Procedures For Certain Commercial Items. Award Will Be Made To The Lowest Priced Offer That Meets Or Exceeds All The Minimum Mandatory Criteria In The Solicitation Evaluation Factors. ii. Factors To Be Evaluated a. The Evaluation Factors For This Solicitation Are: factor I – Certifications •acceptable: Quote Meets The Requirements Of The Solicitation. •unacceptable: Quote Does Not Meet The Requirements Of The Solicitation. acceptable: The Quote Meets The Minimum Requirements Of The Solicitation If The Quoter Provides The Below Certification: - Certificate Of The Chamber Of Commerce (visura Camerale), Showing Qualification To Letter E (for Gpl Suppliers), As Per Italian Dm.37-08. - Copy Of “dichiarazione Di Non Essere Soggetto Di Provvedimenti Di Sospensione O Interdittivi Di Cui All’art. 14 Eel D. Lgs N.81-2008”. unacceptable: The Quote Does Not Meet The Minimum Requirement Of The Solicitation If It Does Not Provide All The Above Certifications. factor Ii – Price: each Quoter Shall Provide A Price For Each Clin Included In The “attachment 3 - Quoter Pricing Table”, In Euro Currency And Without Iva Tax. The United States Government Is Exempt From Payment Of Imposta Valore Aggiunto (iva) Tax In Accordance With Dfars 252.229-7003, Tax Exemptions, And With Article 72 Of The Italian Iva Implementing Decree Law 633, Dated October 26, 1972. (ix) In Accordance With Subpart 4.12-representations And Certifications; 4.1201 Policy. (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications At Sam Accessed Via Https://www.acquisition.gov As A Part Of Required Registration (see Far 4.1102). (b)(1) Prospective Contractors Shall Update The Representations And Certifications Submitted To Sam As Necessary, But At Least Annually, To Ensure They Are Kept Current, Accurate, And Complete. The Representations And Certifications Are Effective Until One Year From Date Of Submission Or Update To Sam. (x) The Provision At 52.212-4, Contract Terms And Conditions – Commercial Items, Applies To This Acquisition. addendum To Far 52.212-4: 1. In Accordance With Far 12.302, Tailoring Of Provisions And Clauses For Acquisition Of Commercial Items, Far 52.212-4 Is Tailored, As Shown Below, To Reflect The Special Terms And Conditions Unique For This Contract. The Following Shall Apply To This Contract In Addition To Those Terms And Conditions In Far 52.212-4. The Specific Paragraph Of Far 52.212-4 Is Tailored As Shown Below: a. Inspection And Acceptance. Inspection And Acceptance Of Supply Under This Contract Shall Beperformed By The Point Of Contact (poc). Place Of Inspection And Point Of Acceptance Of The Services To Be Provided Under This Contract Shall Be At A Destination Specified In Accordance With The Delivery Information Specified Above. b. Invoice: The Contractor Shall Comply With Wawf Dfars Clause 252.232-7006 For Submission Of Invoices. No Paper Invoices Shall Be Submitted To The Contracting Office For Approval. Invoices Shall Only Be Submitted Through The Wawf Electronic System. 2. Partial Payments Are Authorized. Only The Actual Quantities Rendered In Accordance With The “attachment 2 - Purchase Description For The Supply Of Liquid Gas”. Will Be Paid. (xi) The Provision At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Items, Applies To This Acquisition. (xii) The Following Far And Dfar Clauses And Provisions Also Apply To This Solicitation (some Are Local Clauses That Specifically Apply To Italy): far 52.204-9 Personal Identity Verification Of Contractor Personnel far 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards far 52.204-13 System For Award Maintenance far 52.204-18 Commercial And Government Entity Code Maintenance far 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities far 52.204-25 Prohibition On Contracting For Certain Telecomunications And Video Surveillance Services Or Equipment far 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations far 52.211-16 Variation In Quantity far 52.223-5 Pollution Prevention And Right-to-know Information far 52.225-14 Inconsistency Between English Version And Translation Of Contract far 52.232-1 Payments far 52.232-8 Discounts For Prompt Payment far 52.232-39 Unenforceability Of Unauthorized Obligations far 52.233-1 Disputes far 52.233-4 Applicable Law For Breach Of Contract Claim far 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation far 52.242-15 Stop-work Order far 52.243-1 Changes – Fixed Price far 52.247-34 F.o.b Destination far 52.252-2 Clauses Incorporated By Reference dfar 252.203-7000 Requirements Relating To Compensation Of Former Dodofficials dfar 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights dfar 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting dfar 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Orhazardous Materials dfar 252.225-7041 Correspondence In English dfar 252.225-7048 Export-controlled Items dfar 252.229-7000 Invoices Exclusive Of Taxes Or Duties dfar 252.229-7001 Tax Relief dfar 252.229-7003 Tax Exemptions (italy) dfar 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports dfar 252.232-7006 Wide Area Workflow Payment Instructions dfar 252.232-7008 Assignment Of Claims (overseas) dfar 252.232-7010 Levies On Contract Payments dfar 252.233-7001 Choice Of Law - Overseas dfar 252.243-7001 Pricing Of Contract Modification dfar 252.244-7000 Subcontracts For Commercial Products Or Commercial Services dfar 252.247-7023 Transportation Of Supplies By Sea far 52.204-7 System For Award Management far 52.204-16 Commercial And Government Entity Code Reporting far 52.204-17 Ownership Or Control Of Offeror far 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment far 52.204-26 Covered Telecommunications Equipment Or Services - Representation far 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations – Representation far 52.212-3 Offeror Representations And Certifications – Commercial Items; far 52.214-34 Submission Of Offers In The English Language; far 52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran-representation And Certifications far 52.252-1 Solicitation Provisions Incorporated By Reference dfar 252.203-7005 Representation Relating To Compensation Of Former Dod Officials dfar 252.204-7007 Alternate A, Annual Representations And Certifications dfar 252.204-7008 Compliance With Safeguarding Covered Defense Informationcontrols dfar 252.204-7024 Notice On The Use Of The Supplier Performance Risk System cce-233-4002 Amc-level Protest Program the Full Text Of These Clauses And Provisions May Be Accessed Electronically At The Following Website: Https://www.acquisition.gov/far. (xiii) Additional Contract Requirements: this Contract Will Utilize Wide Area Workflow (wawf) Which Is A Secure Web-based System For Electronic Invoicing, Receipt And Acceptance. The Wawf Application Enables Electronic Form Submission Of Invoices And Government Inspection And Acceptance Documents In Order To Support Dod’s Goal Of Moving To A Paperless Acquisition Process. (xiv) The Defense Priorities And Allocations System (dpas) Is Not Applicable To This Acquisition.
Closing Date15 Nov 2024
Tender AmountRefer Documents 

South Central Railway - SCR Tender

Works
Machinery and Tools
Ireps
India
Tender Id: ELSB-24-AMC_FDM-07-ELS-BKSC-ELECTRICAL/SOUTH EASTERN RLY | Annual Maintenance Contract Of Direct Reading Ferrogram Machine, Make- Parker Kittiwake, Model-analex Fdm Plus Of Electric Loco Shed, Bokaro
Closing Date4 Nov 2024
Tender AmountINR 249.9 K (USD 2.9 K)

South East Central Railway - SECR Tender

Services
Ireps
India
Tender Id: WRS-R-AMC3-Elgi-Air-2nd--WRS-R-MECHANICAL/SOUTH EAST CENTRAL RLY | Comprehensive Annual Maintenance Contract(camc) For 02 Nos. Elgi Make Air Compressor Through Authorized Dealer Of Oem For A Period Of 2 Years.
Closing Date29 Oct 2024
Tender AmountINR 1.5 Million (USD 18.5 K)
1211-1220 of 1231 active Tenders