Crane Tenders

Crane Tenders

West Bengal State Electricity Distribution Company Limited - WBSEDCL Tender

Machinery and Tools
India
Description: Overhauling Of 25/5 Ton Eot Crane Installed At Stage-ii Power House Under Jaldhaka Hydel Project, Wbsedcl, Dist.: Kalimpong, West Bengal-734503.
Closing DateNA
Tender AmountINR 425 K (USD 4.9 K)

Public Works and Government Services Canada Tender

Canada
Description: Multiple Valves For Boat Davit System & Deck Crane Assembly (halifax Class Ships) (w8482-230215/a)
Closing DateNA
Tender AmountNA 

City Of Leuna Procurement Office Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Germany
Description: To tender 'creating truck with loading crane'
Closing Date17 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n743.35|wwj|717-605-8399|tiana.hammaker@navy.mil| item Unique Identification And Valuation (mar 2016)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version (jun 2002)|8|x||x|||||| time Of Delivery (june 1997)|20|0001|5|180|||||||||||||||||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (dec 2018)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/af|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract ||||| warranty Of Data--basic (mar 2014)|2||| buy American --free Trade Agreements--balance Of Payments Program - Basic(deviation 2020-o0019) (jul 2020))|3|||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (nov 2020)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate (deviation 2020-o0019) (jul 2020))|3|||| buy American-balance Of Payments Program Certificate-basic (nov 2014)|1|| annual Representations And Certifications (mar 2020)|13|335312|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation Criteria And Basis For Award-|1|| solicitation Due Date Has Been Extended. quantity Has Been Incrased To 6. solicitation Due Date Is Hereby Extended. 1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg. 2. 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 In The 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 Here In. 3.the Following Proposed Delivery Schedule Applies: submission Of All Certification Data Cdrls 20 Days Prior To Delivery. pnsy Review/acceptance Of Certification Cdrls 6 Working Days After Receipt final Delivery Of Material (180 Days) \ 1. Scope 1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material. 1.1.2 This ;motor Controller Ay; Contains Non-metallic Materials Which Must Satisfy The Toxicity And Flammability Requirements Of Navsea Ss800-ag-man-010/p-9290. Use Of Any Material Other Than That Specified Requires Special Engineering Approval And May require Testing. 2. Applicable Documents 2.1 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Must Take Precedence. Nothing In This Contract/purchase Order, however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.3 Specification Revisions - The Specification Revisions Listed Under "docu Ments References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009, r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract. 2.3.1 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order. drawing No Cage Rev Distr Cd ;50271205 95310 E B; 2.3.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. drawing Data=8500400 |53711| B| |d|0001 | |49998|1165538 drawing Data=8500409 |53711| C| |d|0001 | |49998|4778725 document Ref Data=ansi/asq Z1.4 | | | |080101|a| | | document Ref Data=mil-std-792 | | |f |060519|a| | | document Ref Data=iso_9001 | | | |081115|a| | | document Ref Data=iso10012 | | | |030415|a| | | document Ref Data=iso/iec 17025 | | | |050515|a| | | document Ref Data=mil-i-45208 | | |a |810724|a|1 | | document Ref Data=mil-std-45662 | | |a |880801|a| | | document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | | document Ref Data=ss800-ag-man-010/p-9290 | | | |200424|a| |04| 3. Requirements 3.1 ;the Motor Controller Ay Must Be Made In Accordance With Navsea Drawing 8500409 Item 41-5 Ac Winch Controller, Except As Amplified Or Modified Herein.; 3.2 Testing Certification - Certifications Are Required For The Following Tests On The Items Listed Below. Additional Testing On Other Piece Parts (if Any) Per Applicable Drawings Is Still Required, But Certifications Are Only Required As Listed Below. 3.3 ;ac Winch Controller In Accordance With Crane Midwest Dwg 50271205 Requires Implodable Volume Testing.; 3.4 Testing For All Critical Implodable Volumes Must Include Submergence Pressure Test To ;134 Psig; For 10 Cycles: - Ten (10) Minutes At Test Pressure For Cycles 1-9 - One (1) Hour At Test Pressure For Cycle 10 the Test Must Be Conducted In 35 Degrees Fahrenheit Seawater If Practical. Leakage Or Visible Signs Of External Damage Must Be Cause For Test Failure. Pressure And Temperature Testing Equipment Used To Perform This Test Must Be Calibrated. Pressure Gauges Used for This Testing Must Conform To The Following: 3.4.1 Selecting Master Hydrostatic Test Gages. When Selecting A Hydrostatic Test Gage, The Test Gage Range Should Be Greater Than The Test Pressure But Should Not Be More Than Twice That Of The Maximum Test Pressure Except For Test Pressures Below 60 Psi As indicated On The "master Gage Selection For Hydro". See Reference Number Csd012 Of The Contract Support Library Page Of The Electronic Contractor Data Submission (ecds) System At Https://register.nslc.navy.mil/ 3.4.2 Master Hydrostatic Test Gages And Backup Gages Must Have An Accuracy Of At Least +1.0 Percent Of Gage Span. In Addition, Master Hydrostatic Test Gages Must Have Graduations Equal To Or Smaller Than Those Shown In Table 504-6-1. Backup Gages May Be installed With Dial Sizes Of 4 1/2 Inches Or Larger. 3.5 The Pressure Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In This Contract, The following Must Be Used: For Pressure Tests Below 100 Psig, The Pressure Tolerance Must Be +1 Psig/-0psig. For Pressure Tests At Or Above 100 Psig Up To And Including 2500 Psig, The Pressure Tolerance Must Be +2% / -0 Psig Rounded Off To The Nearest Multiple Of Thesmallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 50 Psig. 30 Minutes / - 0 Minutes. Above 2500 Psig, The Pressure Tolerance Must Be +2%/-0 Psig, Rounded Off To The Nearest Multiple Of The Smallest Graduation On An Analog Test Pressure Gauge, Not To Exceed 200 Psig. The Pressure Test Time Tolerance Must Be As Specified In The Assembly Drawing, Detail Drawing, Design Specification Or Elsewhere In This Contract. Where Pressure Test Time Tolerances Are Not Provided By Drawings, Specifications Or Specified Elsewhere In this Contract, The Following Must Be Used: For A Test Duration Up To And Including 1 Hour, The Tolerance Must Be +5 Minutes / - 0 Minutes. For A Test Duration Of More Than 1 Hour Up To And Including 24 Hours, The Tolerance Must Be +30 Minutes / - 0 Minutes. For A Test Duration Of More Than 24 Hours, The Tolerance Must Be + 60 Minutes/- 0 Minutes. 3.5.1 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s). 3.6 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection. 3.7 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format. definitions Are Provided Elsewhere In The Contract/purchase Order. 3.7.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A copy Of This Request To The Qar. Requests Must Include The Information Listed Below. A. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor. B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration. C. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To The Operational Use Of The Product. D. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance. 3.7.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/ 3.7.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information: A. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification. B. A Complete Description Of The Change To Be Made And The Need For That Change. C. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis. D. Proposed Changes To Documents Controlled By The Government. E. Proposed Serial/lot Number Effectivities Of Units To Be Produced In, Or Retrofitted To, The Proposed Configuration. F. Recommendations About The Way A Retrofit Should Be Accomplished. G. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of The Product. H. Impacts To The Operational Use Of The Product. I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change. J. Milestones Relating To The Processing And Implementation Of The Engineering Change. 3.8 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document, including Any/all Invoked Specifications And Drawings. ^ Quality Assurance Requirements ^ 3.9 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012 or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate. 3.9.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality requirements Established In The Contract/purchase Order. 3.9.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative. 3.9.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco) prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement. 3.9.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency (dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately. 3.9.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption. 3.10 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved and Rejected And The Nature Of Corrective Action Taken As Appropriate. 3.10.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition. 3.10.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions provided By The Government Representative. 3.11 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased. when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately." 3.12 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following: 3.12.1 Visual Examination Upon Receipt To Detect Damage During Transit. 3.12.2 Inspection For Completeness And Proper Type. 3.12.3 Verification Of Material Quality Received. 3.12.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage. 3.12.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation. 3.12.6 Identification And Protection From Improper Use Or Disposition. 3.12.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And necessity For Withholding The Material From Use. 3.12.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On bailed Property Must Be Maintained. 3.12.9 Material Returned To The Contractor Must Be Handled As Gfm. 3.13 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe). 3.13.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order. 3.14 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All process Operations Including Any Subcontracted Operations, To The Finished Component. 3.14.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical, an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed. the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process. 3.14.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing. 3.15 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance. 3.15.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code), table Iia (for Sample Size). small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot. 3.15.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above. 3.15.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility. 3.16 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True" are Not Acceptable. 3.16.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected. 3.17 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information: 1. Contractor's Name, Address, Phone Number And Date. 2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12) 3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) 4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable). 5. Cure Date ("n/a" When Not Applicable). 6. Manufacturer's Compound Number ("n/a" When Not Applicable). 7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable). 8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing n/a." 9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements. 10. Contractor's Or Authorized Personnel's Signature. 3.17.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, Or S-5343934-3, The Certificate Of Compliance Must Also Include The Information Below: 11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections. 12. Direct Reading Of O-ring Surface Diameters With Specified Standard. 3.18 See Cdrl Di-misc-80678 (soc Critical Volume Testing) - The Critical Volume Test Record (implodable/explodable), As A Minimum, Must Include The Following Information: A. Name(s), Model Number(s), And Serial Number(s) Of Component(s) Tested. B. Date Of Test. C. Serial Number(s) Of Gage(s) Used For The Test. D. Last Calibration Date Of The Pressure Gage(s) Used In The Test. E. Next Calibration Due Date Of The Pressure Gage(s) Used In The Test. F. Test Medium Temperature Required And Actual Test Medium Temperature Used. G. Pressure Range And Accuracy Of Gage(s) Used. H. Test Pressure For Each Pressure Cycle. I. Required And Actual Duration Of Each Pressure Cycle. J. Results Of The Test (i.e., Sat Or Unsat) Per The Above Criteria. K. Printed Name(s) And Signature(s), Or Identification Number(s) And Signature(s) Of Test Conductor(s)/inspector(s), And The Date Of Each Signature. 4. Quality Assurance 4.1 Notes To Dcma Qar And The Contractor - 4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition. 4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco. 4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements. 4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders. 4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At: https://register.nslc.navy.mil/ 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must 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 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item. 6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd (contract Support Document) Library Within Ecds. 6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life. 6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation). 6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements. 6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program. 6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The contracting Agency As Important, Are Observed And Evaluated. 6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government representative Prior To Shipment. 6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied conforms To The Specified Requirements. 6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits, center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order. 6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated. 6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement. 6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following: - The Requirements Of This Contract/purchase Order. - Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.). - Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards. - Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government. 6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is or After Repair By An Approved Method. 6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method. 6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety. 6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving: - Performance - Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts - Health Or Safety - Effective Use Or Operation - Weight, Stability, Or Structural Integrity - System Design Parameters As Schematics, Flows, Pressures Or Temperatures - Compartment Arrangements Or Assigned Function 6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major. 6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item. 6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval. 6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification. 6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. 6.2.1 There Are 7 (seven) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 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. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin 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. Theymay 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 Contractnumber, 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 navsup-wss 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 Enue: commanding Officer navsup-wss 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: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order. ;- 10/20/2016 - Updated Ecds Url - Feb 26 2009 - Clarified Testing And Certs Only Apply To Pieces Listed - Oct 29 2010 - Added Sampling Std For Li In-process Testing - Sep 30 2008 - Thread Inspection Requirements Were Clarified - Dec 17 2011 - Began Using Ecds For Submissions - Jan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqe - Dec 17 2011 - Moved Quality Assurance Text Location For Readability - Jan 19 2011 - Added Notification Of Dcma Upon Contract Award - Dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section - Jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section; date Of First Submission=asreq paragraph 10.4 Of Di-qcic-81110 Does Not Apply. date Of First Submission=asreq block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance. date Of First Submission=asreq block 4 - Paragraphs 10.2.2, 10.2.3, 10.2.4, And 10.3 Of Di-misc-80678 Do Not Apply. block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow). enter In Wawf As Follows: "ship To" N50286 "inspect By" N39040 "accept By" N39040 and Email Notification Field: Port_ptnh_wawf_notification@navy.mil no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

Peel Ports Investments Limited 5433920 Tender

Consultancy Services
United Kingdom
Description: Title:mobile Harbour Crane Market Research
Closing Date15 Jan 2031
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: ***amendment To Synopsis To Add Nsn – 4 Feb 2025*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 4320 015626244 Water Supply System, Automatic 4320 015626563 Pumping Unit,hydraulic,power Dri this Nsn Is Included In The Revised Attachment “src Nsn For Rfp Revised 4 Feb 2025." This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update – 4 Feb 2025*** ***amendment To Synopsis To Add Nsn – 27 Jan 2025*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 5410 017142110 J1 100 Person Bed Down 5410 017142113 J2 Command And Control 4120 017144104 J3 Hvac/ecu 4930 017143557 J4 Fuel Storage 4610 017111296 J5 Water Purification this Nsn Is Included In The Revised Attachment “src Nsn For Rfp Revised 27 Jan 2025." This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update – 27 Jan 2025*** ***amendment To Synopsis To Add Nsn – 21 Jan 2025*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 4920 006053964 Clamp Assy, Protract 6150 011356058 Cable Assembly Set 4920 011084068 Test Set, Electronic this Nsn Is Included In The Revised Attachment “src Nsn For Rfp Revised 21 Jan 2025." This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update – 21 Jan 2025*** ***amendment To Synopsis To Add Nsn – 13 Jan 2025*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 4910 013057271 Bead Breaker, Pneumatic this Nsn Is Included In The Revised Attachment “src Nsn For Rfp Revised 13 Jan 2025." This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update – 13 Jan 2025*** ***amendment To Synopsis To Add Nsn – 26 Jul 2024*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 4120 017193318 Environmental Control Unit this Nsn Is Included In The Revised Attachment “src Nsn For Rfp_revised 26 Jul 2024." This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 26 Jul 2024*** ***amendment To Synopsis To Add Nsn – 24 Jun 2024*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 4920 011464908 Test Set, Pneumatic this Nsn Is Included In The Revised Attachment “src Nsn For Rfp_revised 24 Jun 2024." This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 24 Jun 2024*** ***amendment To Synopsis To Add Nsn – 26 Jan 2024*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 4520 015212076 Heater,duct Type,po this Nsn Is Included In The Revised Attachment “src Nsn For Rfp_revised 26 Jan 2024." This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 26 Jan 2024*** ***amendment To Synopsis To Add Nsns – 1 Dec 2023*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 6230 015512664 Floodlight Set, Electr Magnum 4520 017104507 Explosion Proof Heater these Nsns Are Included In The Revised Attachment “src Nsn For Rfp_revised 1 Dec 2023”. This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 1 Dec 2023*** ***amendment To Synopsis To Add Nsn – 16 Nov 2023*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 4920 005369026 Fixture, Aircraft Main this Nsn Is Included In The Revised Attachment “src Nsns For Rfp_revised 16 Nov 2023”. This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 16 Nov 2023*** ***amendment To Synopsis To Add Nsns – 7 Nov 2023*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 4930 016963318 4fwct-1 4930 016959001 4fwct-2 4930 016959002 4fwct-3 4930 016959003 4fwct-4 4930 016959828 4fwct-5 4930 016959829 4fwff -1 4930 016959830 4fwff -2 4930 016963320 4fwfp-1 4930 016963319 4fwfp-2 4930 016963322 4fwflh-1 4930 016963323 4fwlh-2 4930 016963317 4fwrb-1 4930 016963315 4fwfrb-2 4930 016963316 4fwrb-3 these Nsns Are Included In The Revised Attachment “src Nsns For Rfp_revised 7 Nov 2023”. This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 7 Nov 2023*** ***amendment To Synopsis To Add Nsn – 4 Oct 2023*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 4210 016106985 Nrp, Extinguisher, Wheeled this Nsn Is Included In The Revised Attachment “src Nsns For Rfp_revised 4 Oct 2023”. This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 4 Oct 2023*** ***4 May 2023 Update To Add Another Nsn To The 1 May 2023 Amendment - See Below*** ***amendment To Synopsis To Add Nsn – 1 And 4 May 2023*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fscniinnomenclature 4940 015915126 Platform Lift 3655 015254611 Tank, Storage, Liquid these Nsns Are Included In The Revised Attachment “src Nsns For Rfp_revised 4 May 2023”. This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 1 May 2023*** ***end Of 4 May 2023 Update*** 15 Dec 2022 Update: the Nsn For The Kitchen Module Added On 16 Nov 2022 Is Not 7360 046437074 And Is Rather 7360 016437074. Attachment "src Nsn For Rfp_revised 16 Nov 2022" And The 16 Nov 2022 Amendment Below Have Been Edited And Now Reflect This Change. ***amendment To Synopsis To Add Nsns – 16 Nov 2022*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 7360 016437074 Kitchen Module 1740 011274954 Trailer, Ground Handling these Nsns Are Included In The Revised Attachment “src Nsns For Rfp_revised 16 Nov 2022”. This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***the Nsns Added Via Amendment To Synopsis On 31 Oct 2022 Will Not Be Added To Src And Have Been Removed From The Attached Spreadsheet.*** ***end Of Update - 16 Nov 2022*** ***amendment To Synopsis To Add Nsns – 31 Oct 2022*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 1730 016260679 Adapter, Ground Handling 4920 123588762 Test Set, Aircraft Electrical these Nsns Are Included In The Revised Attachment “src Nsns For Rfp_revised 31 Oct 2022”. This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 31 Oct 2022*** ***amendment To Synopsis To Add Nsn – 16 Jun 2022*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 1740 004038235 Trailer, Ground Handling this Nsn Is Included In The Revised Attachment “src Nsns For Rfp_revised 16 Jun 2022”. This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 16 Jun 2022*** ***amendment To Synopsis To Add Nsn – 9 Jun 2022*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 4920 016148506 Cart, Corrosion Control this Nsn Is Included In The Revised Attachment “src Nsns For Rfp_revised 9 Jun 2022”. This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 9 Jun 2022*** ***amendment To Synopsis To Add Nsn – 14 Apr 2022*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 3950 015348852 Crane, Floor, Portable this Nsn Is Included In The Revised Attachment “src Nsns For Rfp_revised 14 Apr 2022”. This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 14 Apr 2022*** ***amendment To Synopsis To Add Nsns – 31 Jan 2022*** this Is An Amendment To The Original Synopsis Posted For Fa8532-20-r-0004 (later Changed To Fa8532-21-r-0004 To Align With The Fiscal Year) For Strategic Replenishment For The Support Equipment & Vehicles Division That Was Awarded Under Multiple Award Idiq Contracts Fa8532-21-d-0004, Fa8532-21-d-0005, Fa8532-21-d-0006, Fa8532-21-d-0008, Fa8532-21-d-0009, Fa8532-21-d-0010, Fa8532-21-d-0011, And Fa8532-21-d-0012. This Amendment Serves To Include The Following As Common Support Equipment, Procurable Under The Aforementioned Multiple Award Idiq: fsc Niin Nomenclature 1730 008542236 Jack, Aircraft Landing 3655 016213426 Generating And Char 3655 015614006 Purging Unit, Air, Li these Nsns Are Included In The Revised Attachment “src Nsns For Rfp_revised 31 Jan 2022”. This Amended Synopsis Will Not Result In A New Solicitation, But Rather Is Determined To Be Within The Scope Of The Multiple Award Idiq To Source, Acquire, In Certain Instances Qualify, And Deliver Items/services Considered To Be Common Support Equipment. Again, This Amendment Will Not Result In A New Solicitation. ***end Of Update - 31 Jan 2022*** solicitation Amd 001 Is Posted Along With Revised Rfp Attachment 1 this Notice Is Linked To Fa8532-21-r-0004. notice: The Official Government Rfp Was Uploaded To This Notice On 15 Jan 2021. The Solicitation Number Is Fa8532-21-r-0004. The Official Solicitation Was Posted On 15 Jan 2021. The Rfp Number For This Acquisition Has Been Updateddue To The Fy Of Official Government Solicitation. this Synopsis Is A Notice Of Intent That Support Equipment And Vehicles Division At Robins Afb, Georgia (aflcmc/wnkaa) Anticipates Issuing A Request For Proposal (rfp) For A Firm Fixed Price, Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Contract For The Strategic Replenishment Contract (src) Acquisition For The Sourcing, Acquisition, And Delivery A Broad Range Of Ground And Aircraft Common Support Equipment (cse) End Items. Three (3) Separate Groups Of Awardees Are Anticipated; Allowing An Offeror To Propose To Either Group A, Or Group B, Or Group C Or Any Combination Of Groups A, B, And C. The Duration Of The Contract Will Be 10 Years Total To Include A Basic Contract Period Of One (1) Year And Ten (10) Additional 12 Month Ordering Periods. The Period Of Performance Will Be For A Total Of Ten (10) Years And Include A Basic Contract Period Of 12 Months And Nine (9) Ordering Periods Of 12 Months Each. this Acquisition Will Be Set Aside For Small Business. the Successful Offerors (contractors) Shall Source, Acquire, And Delivery A Broad Range Of Ground And Aircraft Common Support Equipment (cse) End Items. The Src Requirement Includes Approximately 500 National Stock Numbers (nsns) From A Subset Of Approximately 60 Federal Stock Classes (fscs) In Support Of The Air Force (af), Foreign Military Sales (fms), Air National Guard (ang), Af Reserve, As Well As Other Services. A Descriptive Range Of The Assets Involved Consists Of But Is Not Limited To Aerial Stores Lift Trucks, Aircraft Engine Trailers, Air Conditioners And Heaters, Base And Aircraft Arresting Systems, Basic Expeditionary Airfield Resources, Cranes, Dollies, Lift-adapters, And Various Electronic And Mechanical Aircraft Maintenance Testers. Nsns Included (see Attachment 1) Are Replenishments For Existing Capabilities And Do Not Constitute New Start Programs. The Contractor Shall Perform These Functions From The Currently Approved/qualified Sources Of Supply As Provided By The Government. Nsns With One Or Multiple Approved Sources Of Supply As Well As Those Not Procured In The Recent Years Are Included In The Srcs. The Contract Also Requires The Src Contractors To Provide Incidental Services That Include, But Are Not Limited To, The Following: Managing Vendors To Ensure They Meet Performance And Quality Requirements, To Include Providing Warranties; Managing Vendors To Ensure On Time Delivery; Establish And Utilize A Means To Facilitate The Electronic Exchange Of Contract, Order, Shipping, Cataloging, And Vendor Information For All Included Items; Provide Technical Orders In Certain Instances, Upon Government Request. a Statement Of Work (sow) Will Be Provided As Part Of The Rfp Package Along With Various Mandatory Data Deliverables Such As Test Plans And Test Reports. Foreign Companies Will Not Be Permitted To Participate In The Competition. Orders May Require Access To Technical Data That Is Export Controlled Data. In Order To Access Export Controlled Data, Vendors Must Be Registered In Beta.sam.gov, Ccr, Jcp And Be Approved For Export Control Document Access. far Parts 12 And 15 Procedures Will Be Utilized. Offerors Shall Prepare Their Proposals In Accordance With Mandatory, Explicit, And Detailed Instruction Contained In The Rfp. This Acquisition Will Utilize Technically Acceptable Source Selection Procedures In Accordance With Far 15.101-2 And 15.3 As Supplemented By The Dod Source Selection Procedures Referenced In Dfars 215.300 And The Affars Mandatory Procedures 5315.3 To Make An Integrated Assessment For A Best Value Award Decision. The Government Intends To Award Multiple Contracts As A Result Of This Solicitation. The Government Will Not Be Liable For Costs Incurred By Offeror(s). it Is Anticipated That A Draft Solicitation Will Be Issued At The End Of August 2020. It Is Anticipated That The Rfp Will Be Released On Or Around 23 September 2020 And Anticipated Award In The May –june 2021 Timeframe. Solicitation Number: Fa8532-20-r-0004. Information In This Announcement Relative To Line Items Is Tentative And Is Subject To Change In The Final Solicitation Document That Is Published On Beta.sam.gov. interested Offerors May Notify The Pocs Listed Below For Any Additional Questions. No Telephone questions. Offerors Are Encouraged To Register To Receive Notification For Solicitation And All Amendments/revisions And To Check Beta.sam.gov Site Prior To Submission Of Their Proposal. update: Draft Rfp Added 31 Aug 2020 items With Complete Or Partial Technical Data Packages Will Be Identified At The Individual Order Level. Cost/price Evaluation Will Occur On Each Individual Order. 3 Sep 2020 Update: Q&as Uploaded As An Attachment. 18 Sep 2020 - Q&as Uploaded Viafile Title 18 Sep 2020 Src Questions And Answers Posted To Beta.sam.pdf 25 Sep 2020 - Q&as Uploaded Via File Titled Questions And Answers 25 Sep 2020 5 Nov 2020 Updates - An Newlisting Of Contractor's Questions And The Government's Responses Has Been Uploaded As An Attachment Titled "questions And Answers 5 Nov 2020." The Current Estimated Rfp Release Date Is 30 Nov 2020. Therfp Response Datewill Be 30 Days After The Formal Rfp Is Released. the Rfp Number For This Acquisition Has Been Updateddue To The Fy. The New Rfp Number Is Fa8532-21-r-0004. ppi Cannot Be Uploaded At This Time Due To Unsupported File Format. Please Contact Pocs On This Announcement And Ppi Will Be Provided Via Dod Safe. 3 Dec 2020 - Rfp Release Date Has Been Delayed. The Government Is Anticipating An Rfp Release Date This Calendar Year. 11 Jan2021-it Is Anticipated That The Rfp Will Be Released Nlt 19january2021. 15 Jan 2021 - The Rfp (fa853221r0004) And All Accompanying Attachments Have Been Uploaded. ppi Tool Is Available Upon Email Request And Will Be Supplied Through Dod Safe. 20 Jan 2021 - Rfp Attachment 3 Has Been Added. 21 Jan 2021 - Q&a 21 Jan 2021 And An Update To Attachment 1 Seen In The Q&a Have Been Uploaded. 26 Jan 2021 - Another Q&a Has Been Uploaded As An Attachment.attachments 10, 11, 12, And 13 Have Been Uploaded.notice: The Official Government Rfp Was Uploaded To This Notice On 15 Jan 2021. The Solicitation Number Is Fa8532-21-r-0004. The Official Solicitation Was Posted On 15 Jan 2021. The Rfp Number For this Acquisition Has Been Updateddue To The Fy Of Official Government Solicitation. 26 Jan 2021 - Solicitation Amd 001 Is Posted Along With Revised Rfp Attachment 1 27 Jan 2021 - Q&a 1/27/21 Has Been Uploaded. notice: Attachment 10 Has Been Removed. It Was A Previous Version With An August Date. The Final Src Sow (05 Jan 2021) Is Attachment 10 And Is The Accurate And Current Version. questions And Answers 1 Feb 2021 Has Been Added To Attachments. question And Answer 2 Feb 2021 Has Been Added To Attachments. question And Answer 8 Feb 2021 Has Been Added To Attachments. questions And Answers 9 Feb 2021 Has Been Added To Attachments. as A Reminder To Offerors: iaw Attachment 1, Section L. “email To Transmit Such Information Must Be Sent Encrypted, And Must Include “source Selection Information – See Far 2.101 And 3.104” In The Subject Line Of The Email. In Order To Facilitate The Sending And Receiving Of Encrypted Emails, Offerors Must Use Ms Outlook Email Configured To Support Encryption Or A Different Email Product That Is S/mime Compatible And Configured To Support Encryption. If You Intend To Submit Your Source Selection Information Via Encrypted Email, You Will Need To Contact The Buyer/contracting Officer (co) Indicated On The Face Page Of The Solicitation Prior To That First Submittal In Order To Exchange Certificates Used For Encryption. To Ensure The Process Is Working Correctly, Send A Test Encrypted Message First (without Including Any Source Selection Information). Otherwise, Source Selection Information Will Be Transmitted Via Direct Mailing Or Dod Safe At Https://safe.apps.mil/.” question And Answer 16 Feb 2021 Has Been Added To Attachments.
Closing Date19 Feb 2025
Tender AmountRefer Documents 
1031-1040 of 1036 active Tenders