Cleaning Tenders
Cleaning Tenders
Kuvempu University Tender
Manpower Supply
India
Closing Soon21 Feb 2025
Tender AmountINR 4 Million (USD 46 K)
Description: Tender For The Supply Of Man Power For Cleaning, Maintenance Work, Gardening/horticulture And Security Services On Outsourcing Basis To Kuvempu University Shankaragatta.-estate
Municipality Of Six Fours Les Plages Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
France
Closing Soon21 Feb 2025
Tender AmountNA
Description: Maintenance, Cleaning, Pumping and Cleaning of the Municipality's Private Wastewater Sewerage Networks, the Municipality's Raw Water Network, the Various Basins and Fountains for the Years 2025-
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Chemical Products
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Federal Acquisition Regulation (far) Part 13 Using Simplified Acquisition Procedures (sap). 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 Will Be Posted To Sam Https://sam.gov/. the Rfq Number Is N4215825qs010. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 Effective 03 Jan 2025, And Dfars Change Notice 20241218. 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 This Address: Https://www.acquisition.gov/. the Naics Code Is 811310 And The Size Standard Is $12.5m. This Is A Competitive, 100% Total Small Business Set-aside Procurement Action. period Of Performance (pop): 1 Year With An Additional Option Year. line Item Description Quantity Unit Of Issue Price 0001 Maintenance Of Five (5) Dust And Fume Collectors 1 Job $ 1001 Option Year 1 Job $ extended Description: the Contractor Shall Submit Quotes Based On The Below Documents Provided Explaining Work To Be Performed And Work Location As Well As In Accordance With Required Clauses And Provisions Contained In This Solicitation. attachment 1 - Statement Of Work place Of Delivery/performance/acceptance/fob Point: f.o.b. Destination; Norfolk Naval Shipyard, Portsmouth, Va 23709 (exact Customer Address Will Be Provided In The Resulting Contract). this Announcement Will Close On March 11,2025 At 12:00 Pm Eastern Standard Time. shipping Term Shall Be Fob Destination; Therefore, Quote Shall Include Shipping Cost. system For Award Management (sam). Quoting Vendors Must Be Registered In The Sam Database To Be Considered For Award. registration Is Free And Can Be Completed On-line At Http://sam.gov/. to Be Considered For This Opportunity, All Quotes Shall Be Submitted In Either Microsoft Word, Excel Spreadsheet Or Adobe Pdf. Quote Must Include Price(s), Fob Destination, A Point Of Contact, Name And Phone Number, Business Size, And Payment Terms. Quote Must Include Signed Vendor Certification. Each Quote Must Clearly Indicate The Capability Of The Vendor To Meet All Specifications And Requirements In The Sow. An Award Will Be Made Based On Lowest Price Technically Acceptable (lpta). Each Quote Must Clearly Indicate The Capability Of The Vendor To Meet All Specifications And Requirements In The Sow. Responses To This Solicitation Are Due By 12:00 Pm Est On March 11, 2025. Email Quotes To Roshanda.l.sansom.civ@us.navy.mil. quotes Shall Be Valid For Sixty (60) Days (at Minimum). instructions To Offerors 1.a Site Visit Will Be Offered Wednesday, February 26, 2025, At 9:30 Am To 11:00 Am. Vendors Interested In Attending, A Department Of The Navy Local Population Id Card/base Access Pass Registration Form (attached) Is Required To Be Filled Out And Returned By Tuesday, February 4, 2025, By 12:00 Pm. site Visit Instructions: site Visit Pickup Will Be At Norfolk Naval Shipyard, Pass And Id Office, 2900 Effingham Street, Bldg. 1502, Portsmouth, Va 23704. only One (1) Representative Per Company Will Be Allowed To Attend. if You Already Have Base Access And A Red Or Yellow Badge, You Are Required To Submit Your Identification Number Listed On The Badge. coordinate With Roshanda Sansom, Roshanda.l.sansom.civ@us.navy.mil. If You Would Like To Attend Or Have Questions. important you Must Bring With You To The Site Visit Two (2) Of The Following: (failure To Do So Will Result In An Inability For You To Access The Site) vaild And Current Driver’s License valid And Current United States Issued Passport valid And Embossed Birth Certificate 2. Questions May Be Submitted To The Poc And Alternate Poc Listed Below No Later Than 12:00 Pm28, February 2025. Questions Submitted After This Date May Not Be Answered. 3. Quotes In Response To This Solicitation Must Be Submitted Via Email To The Poc Listed Below No Later Than The Established Deadline. 4. Quotes Must Be Valid60 Days At Minimum. the Following Far Provision And Clauses Are Applicable To This Procurement (supplementary Provisions And Clauses May Be Added Prior To Award): 52.203-18prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements--representation Jan 2017 52.204-2 Security Requirements Mar 2021 52.204-7 System For Award Management Nov 2024 52.204-9 Personal Identity Verification Of Contractor Personnel Jan 2011 52.204-13 System For Award Management Maintenance Oct 2018 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.204-19 Incorporation By Reference Of Representations And Certifications Dec 2014 52.204-22 Alternative Line Item Proposal Jan 2017 52.204-26 Covered Telecommunications Equipment Or Services--representation. Oct 2020 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--representationnov 2015 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015 52.212-1 Instructions To Offerors--commercial Products And Commercial Services Sep 2023 52.212-3 Alt I Offeror Representations And Certifications--commercial Products And Commercial Services (may 2024) Alternate I Feb 2024 52.212-4 Contract Terms And Conditions--commercial Products And Commercial Services Nov 2023 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services Nov 2024 52.219-28 Post-award Small Business Program Rerepresentation Feb 2024 52.222-21 Prohibition Of Segregated Facilities Apr 2015 52.222-26 Equal Opportunity Sep 2016 52.222-36 Equal Opportunity For Workers With Disabilities Jun 2020 52.222-50 Combating Trafficking In Persons Nov 2021 52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 Jan 2022 52.222-62 Paid Sick Leave Under Executive Order 13706 Jan 2022 52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation Apr 1984 52.241-1 Electric Service Territory Compliance Representation May 1999 52.245-9 Use And Charges Apr 2012 52.247-34 F.o.b. Destination Jan 1991 52.252-1 Solicitation Provisions Incorporated By Reference Feb 1998 52.252-2 Clauses Incorporated By Reference Feb 1998 52.252-5 Authorized Deviations In Provisions Nov 2020 52.252-6 Authorized Deviations In Clauses Nov 2020 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials Sep 2011 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Dec 2022 252.204-7003 Control Of Government Personnel Work Product Apr 1992 252.204-7004 Antiterrorism Awareness Training For Contractors Jan 2023 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting May 2024 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support Jan 2023 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services Jan 2023 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials Sep 2014 252.225-7048 Export-controlled Items Jun 2013 252.225-7972 (dev)prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems (deviation 2024-o0014) Aug 2024 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018 252.232-7006 Wide Area Workflow Payment Instructions Jan 2023 252.232-7010 Levies On Contract Payments Dec 2006 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel Jan 2023 252.237-7024 Notice Of Continuation Of Essential Contractor Services. Oct 2010 252.244-7000 Subcontracts For Commercial Products Or Commercial Services Nov 2023 252.246-7003 Notification Of Potential Safety Issues Jan 2023 252.246-7004 Safety Of Facilities, Infrastructure, And Equipment For Military Operations Oct 2010 252.247-7023 Transportation Of Supplies By Sea Oct 2024 Statement Of Work performance: Quarterly And Annually Maintenance Of Five (5) Each Dust And Fume Collectors In The Non-nuclear Ctd And Hull Of Building 163. period Of Performance: The Terms Of This Contract Requirement Shall Be From 2025-2026. One Base Year With A One-year Option. Note: Exact Dates Will Be Specified Upon Contract Award. 3.equipment Specifications: Name Model Number Serial Number Wintek # 1 Bc - 24 0121 - 0004 Wintek # 2 Bc - 36 0121 - 0003 Wintek # 3 Bc - 54 0121 - 0005 Wintek # 4 Bc – 54 0221 – 0006 Wintek 3 5 Bc – 54 0919 – 008 4.contractor Responsibilities: 4.1 The Contractors Shall Supply Labor And Equipment To Maintain 5 Dust And Fume Collector Towers. 4.2 Quarterly, The Contractor Shall Perform Visual Inspections Of Entire Systems, Ladder Only, And Duct Inspection Is Not Needed. 4.3 Quarterly, The Contractor Will Remove, Clean, And Reinstall Pre-filters. 4.4 Annually, The Contractor Shall Open, Inspect, Clean, And Test All (5) Dust And Fume Collectors, Electrical And Fire System. 4.5 Annually, The Contractor Will Replace Filters As Needed. 4.6 The Contractor Shall Replace Cartridge And Hepa Filters, Exhaust Motors, Purge Solenoids And Cleaning Inside Of Each Tower. 4.7 The Contractor Shall Open, Inspect, And Certify Fire Suppressions, 2 Electrical Panels, 1main Distribution Panel, And 1 Step Down Transformer Located Above The Main Distribution Panel. 4.8 The Contractor Shall Replace Nano Cartridge Filters And Brahm Hepa Filters On An As Needed Basis. Nnsy Is Also Requesting Purchase Of Additional Dry Chemical Bottles From The Contractor. These Additional Bottles Are To Be Used When The Original Bottles Are Taken Out Of The System To Be Recertified. "per Far 22.102-1(a) Entitled "safety", Contractors Are Hereby Informed That Their Employees Or Representatives Present On Property Under Norfolk Naval Shipyard Cognizance Must Follow Federal And State Osha Requirements; Norfolk Naval Shipyard Oshe Program Manual, Navshipydnorinst P5090.2 Requirements; Oshe Control Manual (oshecm) Requirements; Or Safety Requirements For Site Specific Location Of The Contract." 5.shipyard Responsibilities: Nnsy Must Provide Assistance To Contractor As Needed. 6. Lifting And Handling Requirements: N/a 7.certification Of Work Requirements: N/a 8.testing: N/a 9.safety Or Security: Contractor Must Comply With: 9.1worker Access To The Work Site 9.2initial Entry – Companies Seeking Access To The Shipyard Must Provide To The Technical Point Of Contact A Request By Filling Out Form Secnav 5512/1, Detailing The Full Name, Social Security Number, Place And Date Of Birth Of Each Worker, The Job’s Start To Completion Date, And The Contract Number. This Form Must Be Signed By A Company Officer. This Will Be Endorsed By The Technical Representative And Forwarded To The Nnsy Pass Office If Required. 9.3no Employee Or Representative Of The Contractor Will Be Admitted To The Site Of Work Unless A Secnav 5512/1 Is Submitted Two Weeks In Advance To The Tpoc. Each Worker Must Attend A 45-minute Training Video Prior To Entering The Shipyard’s Cia (controlled Industrial Area) For The First Time, But One Viewing Allows Entry For One Year. An Entry Badge Will Be Issued. Each Contractor Employee Shall Be Required At The Time Of Issuance Of A Personnel Badge To Complete A Special Access Determination Form. Requested Information Shall Be Furnished. Individuals Who Have Felony Convictions (e.g., Murder, Rape, Drug Offenses, Of Theft) Or Who Are Deemed Untrustworthy By The Security Department, Norfolk Shipyard Will Be Denied Access To The Shipyard And Their Personnel Badge Will Be Recalled. 9.4vehicle Entry - The Company Name Shall Be Displayed On Each Door Of The Contractor's Vehicles In A Manner And Size That Is Clearly Visible. All Vehicles Shall Display A Valid State License Plate That Complies With State Vehicle Code. Vehicles Shall Meet All Other Requirement Of The State Vehicle Code, Such As Safety Standards, And Shall Carry Proof Of Insurance And State Registration. Passes Will Be Issued For Vehicles To Enter The Shipyard. A Separate Pass Is Required For Entering The Controlled Industrial Area (cia). 9.5 Special Access - Access To Special Or Restricted Areas In The Shipyard Shall Becoordinated With The Technical Point Of Contact. Access To Special Or Restricted Areas In Theshipyard Shall Be Coordinated With The Technical Point Of Contact Portable Electronic Devices(peds) "in Accordance With Comsublanticomsubpacinst 2075.lc, The Use Of Portableelectronic Devices (peds) While In Or On Department Of Navy Controlled Industrial Areas Are Prohibited.a Portable Electronic Device (ped) Is Defined As Any Non-stationary Electronic Apparatus With Singular Ormultiple Capabilities Of, But Not Limited To Recording, Storing, And/or Transmitting Data, Voice, Video, Orphoto Images (e.g., Cell Phones, Laptops, Tablets And Wearable Devices Such As Fitness Bands And Smartwatches)." Working Hours -the Government's Regular Working Hours Are From 0720-1600, Five Daysper Week, Monday Through Friday, Except Observed Federal Holidays.11. Location: Norfolk Navalshipyard, Portsmouth, Va., 23709, Building 171. 9.6 Portable Electronic Devices (peds) "in Accordance With Comsublant/comsubpacinst 2075.1c, The Use Of Portable Electronic Devices (peds) While In Or On Department Of Navy Controlled Industrial Areas Are Prohibited. A Portable Electronic Device (ped) Is Defined As Any Non-stationary Electronic Apparatus With Singular Or Multiple Capabilities Of, But Not Limited To Recording, Storing, And/or Transmitting Data, Voice, Video, Or Photo Images (e.g., Cell Phones, Laptops, Tablets And Wearable Devices Such As Fitness Bands And Smart Watches)." 10critical Time Constraints: 10.1working Hours - The Government's Regular Working Hours Are From 0720- 1600, Five Days Per Week, Monday Through Friday, Except Observed Federalholidays. 10.2the Government Observes The Following Holidays: New Year’s Day, Martin Luther King Jr.’s Birthday, President’s Day, Juneteenth Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans’ Day, Thanksgiving Day, And Christmas Day. 11.location: Building 163, 1st Floor, Non-nuclear Ctd And Hull Cut Section Of Code 926. 12.points Of Contact: Technical Poc: To Be Provided At Award Temporary Service Zone Manager: To Be Provided At Award Certifying Official: To Be Provided At Award (b) The Item Is Certified Iaw Navfac P-307. (c) Any Special Requirements Or Dimensions Are Followed To Ensure That Engineering Assumptions Are Met (i.e. Eccentricity Of The Bearing Points). Attachment 1 - Statement Of Work Poc: Roshanda Sansom Roshanda.l.sansom.civ@us.navy.mil Alt. Poc: Jeremy Weiblejeremy.r.weible.civ@us.navy.mil
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents
Details: Contact Information|4|n741.4|av0|717-605-6474|lamar.crummel.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo||tbd|n00104|tbd|tbd|see Schedule|see Schedule|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||do|
1.please Provide Repair Price As Firm-fixed-price. Please Consider The Following:
also, Please Provide:
teardown & Evaluation Rate:__________________
rtat:_________________
throughput Constraint:__________________
induction Expiration Date:_________________
2.price Reductions:
any Assets For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Of 1% Per Asset Per Month Extension Requested. This Adjustment Will Be Implemented Via A Reconciliation Modification At The End Of Contract Performance. Price
reductions Made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
3.do Not Include The Cost For Shipping Material As The Government Implemented Shipping System (navsupwssfa24) Will Be Shipping/delivering Material.
4.the Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This Contract.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Slide Sleeve Matche .
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 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=mil-std-130 | | |k |000115|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Slide Sleeve Matche Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall
be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other
contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;78062 20304-400
or Repair Per Sargent Controls And Aerospace Submarine Hydraulic Valves
procedure 11-000001, Rev K Dated 07 September 2017, Titled Submarine
hydraulic Valves Overhaul Procedure.;
3.2 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130.
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
4. Quality Assurance
4.1 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.
4.2 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
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.
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. 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.
e. 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
f. 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
g. 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
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
Department Of Energy Tender
Energy, Oil and Gas
United States
Closing Date7 Apr 2025
Tender AmountRefer Documents
Details: The Office Of Clean Energy Demonstrations (oced) Is Issuing A Solicitation Titled “pilot-scale Rapid Operational Validation Of Key Energy Infrastructure Technologies (prove It)” Under The Oced Small Business Innovation Research (sbir) Program. this Solicitation Supports The Validation Of Existing Pilot Projects Or Subsystems In A Relevant Industrial Environment To: increase Their Technology Readiness To The Point Of Being Able To Be Integrated In A Large Clean Energy Infrastructure Project, And increase Their Adoption Readiness Level2 To Medium/high. oced Will Prioritize Technologies And Application Use Cases That Exhibit Technological Diversity When Compared To The Existing Oced Portfolio Of Demonstration Projects Or That Have Not Already Been Demonstrated At A Scale Larger Than The Proposed Project. note: Offerors Must Read The Supporting Solicitation Documentation Herein. Submission Of Quotations Must Be Submitted Throughhttps://oced-exchange.energy.gov/default.aspx#foaid4366110d-a5e0-4d72-a90e-9c3877fed655. note: Pre-solicitation No.89243625rcd000006 Titled: A--pilot-scale Rapid Operational Validation Of Key Enengy Will Be Amended (refer To Link)
8201-8210 of 10000 active Tenders