Tenders of Dept Of The Air Force Usa
Tenders of Dept Of The Air Force Usa
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
The Purchase Of Two Wheel Well Height Adjustable Stand Safety Ladders. Details Are Found In The Item Description (id).
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools
United States
Closing Date7 Apr 2025
Tender AmountRefer Documents
Non-stock Listed (nd) Multiple Award Blanket Purchase Agreement
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date22 Mar 2025
Tender AmountRefer Documents
(i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) Solicitation Number Fa660625q0005, Is Hereby Issued As A Request For Quotes (rfq) For An Aircraft C-5 Bead Breaker As Outlined In The Attachment “bead Breaker Salient Features”. A Contract Will Be Issued Without Discussions As A Firm-fixed Price (ffp) Award Utilizing Far Part 13, Simplified Acquisition Procedures. (iii) This Solicitation Document Incorporates Provisions And Clauses That Are In Effect Through Federal Acquisition Circular (fac) 2024-03 And The Defense Federal Acquisition Regulation Supplement (dfars) Publication Notice 20250117. It Is The Contractor's Responsibility To Become Familiar With Applicable Provisions And Clauses By Visiting Https://www.acquisition.gov/. (iv) This Solicitation Is A 100% Small Business Set Aside And Is Restricted To Small Businesses Only In Accordance With Far 19.502-2(b). The North American Industry Classification System Code (naics) Is 336413 – Other Aircraft Parts And Auxiliary Equipment Manufacturing; Small Business Size Standard Is 1,250 Employees. (v)for Price And Technical Acceptability The Vendormustprovide: unit & Total Price Per Clin As Outlined In The Attachment"solicitation Clin Schedule Fa660625q0005” data Sheets For The Quoted Aircraft C-5 Bead Breaker That Demonstrate Compliance With All Specifications And Requirements Outlined In The Attachment “bead Breaker Salient Features”. warranty Description Including Duration And Coverage. Failure To Provide Warranty Information May Result In Disqualification. (vi) Description Of Requirement: The Vendor Will Provide An Aircraft C-5 Bead Breaker. Please Build In Cost Of Freight/shipping To Clin 0001. Quoted Products Must Conform To Standards Set Forth In Solicitation Attachment “bead Breaker Salient Features”. (vii) Acceptance Is Fob Destination: 439 Mxg Cc, 350 Hangar Avenue Suite 203, Box 21, Westover Arb, Chicopee, Ma 01022. (viii) Provision 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. quotes Must Include The Following Information: Pricing, Company Name & Address, Point Of Contract, Telephone, Email, Cage Code, Uei Number, And Business Size. unless Already Completed On Sam.gov As Part Of Annual Certifications, Vendors Must Certify Provision 52.204-24 And 52.204-26 By Completing The Attached Pdf Titled, “fa660625q0005 Clause Set (fillable)” And Submitting It With Their Quote. vendor Solicitation Amendments, If Any, Need To Be Acknowledged. (ix) Provision 52.212-2, Evaluation-commercial Items, Applies To This Acquisition. This Requirement Will Be Awarded On A Basis Of Lowest Price Technically Acceptable. Price - Total Evaluated Price Will Be Used And Will Be The Total Cost Of Clin 0001 Which Includes Any Costs Associated With The Bead Breaker And Any Freight/shipping Associated With The Bead Breaker. Technical Acceptability - Quotes Will Be Evaluated On An Acceptable Or Unacceptable Basis. To Receive An Acceptable Rating, Vendors Must Submit Data Sheets For The Quoted Aircraft C-5 Bead Breaker That Demonstrate Compliance With All Specifications And Requirements Outlined In The Attachment “bead Breaker Salient Features”. Warranty Description Including Duration And Coverage. Failure To Adhere To This Stipulation May Cause A Determination Of “not Technically Acceptable” And Quote Being Disqualified From Consideration. price And Technical Will Be Weighed Equally And Any Vendors Who Do Not Provide Evidence To Support Data Sheets To Substantiate That Offered Products Adhere To Standards Found In Attachment "bead Breaker Salient Features" Will Receive An Unacceptable Rating. (x) Unless Already Completed On Sam.gov As Part Of Annual Certifications, Vendors Must Certify Provision 52.212-3 - Offeror Representations And Certifications-commercial Items By Filling In The Appropriate Fields In Attached Pdf Titled, “fa660625q0005 Clause Set (fillable)” And Submitting With Your Quote. (xi) Clause 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition. (xii) Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Items, Applies To This Acquisition. (xiii) Iaw Far 52.204-16, Prospective Awardees Shall Have An Active Cage Code Prior To Award Of A Government Contract. To Register For A Cage Code And To Complete Online Representations And Certifications, Go To The System For Award Management (sam) At Https://www.sam.gov/sam/. All Vendors Interested And Capable Of Obtaining Contract Award Must Be Registered With The Wide Area Work Flow (wawf) Located At Https://piee.eb.mil/piee-landing/. Vendors Are Required To Create And Submit Invoices Electronically Through Wawf And Receive Payment Via Electronic Funds Transfer (eft) For Supplies Or Services Rendered. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Is Not Applicable To This Acquisition. (xv) Quotes Must Be Submitted Via Email No Later Than (nlt) 2:00 Pm Est, 25 March 2025 To Alex.arnold.4@us.af.mil With "solicitation Fa660625q0005" In The Subject Line. Requests For Information (rfi) Concerning This Requirement Must Be Submitted In Writing To The Email List Above No Later Than 7 March 2025 At 2:00 Pm Est. (xvi) Questions Concerning This Soliciting Should Be Directed To Alex.arnold.4@us.af.mil. Ensure To Include The Solicitation Number “fa660625q0005” In The Subject Line. (xvii) Funds Are Not Presently Available For This Contract. The Government’s Obligation Under This Contract Is Contingent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be Made.
DEPT OF THE AIR FORCE USA Tender
Security and Emergency Services
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Building Access And Surveillance System Maintenance
DEPT OF THE AIR FORCE USA Tender
Education And Training Services
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents
Sources Sought: This Is Not A Notice Of Request For Quotation But Information And Planning Purposes Only!this Notice Does Not Constitute A Commitment By The Government. All Information Submitted In Response To This Announcement Is Voluntary And The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. luke Air Force Base Anticipates A Requirement That Is Being Considered Under A Small Business Set-aside Program. The North American Industry Classification Systems (naics) Code Is 611512. The Size Standard For This Naics Is $34,000,000. the Requirement Is To Provide: F35 Training Simulator In Accordance With (iaw) The Attached Salient Characteristics Document. Part Numbers And Specifications Must Match What Is Listed In This Documentation To Ensure Uniformity Of The System Equipment. market Research Is Being Conducted To Determine Interest, Capability, And Socio-economic Category Of Potential Sources For The Requirement. The Government Requests Interested Parties Submit A Brief Description Of Their Company's Business Size (i.e. Annual Revenues And Employee Size), Business Status (i.e., 8(a), Historically Underutilized Business Zone, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Woman-owned Small Business, Veteran-owned Small Business, Or Small Business) Anticipated Teaming Arrangements, And A Description Of Similar Services Offered To The Government And To Commercial Customers. all Interested Firms Shall Submit A Capabilities Package That Explicitly Demonstrates Company Capabilities-indicating Examples Of Commercial Sales-and Product Specifications Related To This Effort. also Indicate If You Are The Manufacturer Or Provide The Name And Size Of The Manufacturer Of The Product(s) You Will Be Supplying. Respondents Are Further Requested To Indicate Their Status As A Foreign-owned/foreign-controlled Firm And Any Contemplated Us Of Foreign National Employees On This Effort. responses May Be Submitted Electronically To The Following E-mail Address: Jalen.johnson.17@us.af.mil / Sara.alckey.2@us.af.mil
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Chemical Products
United States
Closing Date12 Mar 2025
Tender AmountRefer Documents
Combined Synopsis/solicitation
solicitation Number: Fa461325q0009
purchase Description: Bpa Latrine & Pumping Services this Is A Combined Synopsis/solicitation Notice For Commercial Items Prepared In Accordance With The Format In Far 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Will Include An Attached Solicitation/notice Quotes Are Being Requested. this Attached Solicitation Number Fa461325q0009 Is Being Issued As A Request For Quotation (rfq) Using Far Part 12, Acquisition Of Commercial Items & Far Part 13, Simplified Acquisition Procedures. Submit Only Written Quotations For This Rfq. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03 Effective 17 January 2025, Defense Federal Acquisition Regulation Supplement (dfars) Effective 18 December 2024, And Department Of The Air Force Federal Acquisition Regulation Supplement (daffars) Effective 16 October 2024. This Acquisition Is Being Solicited As A Total Small Business Set-aside. The North American Industrial Classification System (naics) Code For This Procurement Is 562991 With A Small Business Size Standard Of $9,000,000.00. the Defense Priorities And Allocations System (dpas) And Assigned Rating Isnotapplicable To This Solicitation. The Government Intends To Award A Firm Fixed-price Commercial Award. description Of Services: the Contractor Shall Furnish All Parts, Materials, Supplies, Equipment, Labor, And Transportation Necessary To Supply Portable Latrines, Oil/water Separator And Grease Trap Services At F.e. Warren Air Force Base (afb) And At Its Associated Missile Alert Facilities (mafs), And Missile Launch Facilities (lfs) In Support Of Strategic Arms Reduction Treaty (start) Inspections. list Of Attachments: attch 1 - Pws 23 Oct 2024 attch 2 - Price List Request attch 3 - Mission Essential Contractor Service Plan attch 4 - Response Form attch 5 - Combined Wage Determinations effective Period Of Bpa: This Bpa Is Effective 1 April 2025 – 31 March 2030. place Of Performance: Francis E. Warren Afb, Wy 82005 other Information: iaw Far 52.204-7(a)(1), An Offeror Is Required To Be Registered In The System For Award Management (sam) When Submitting An Offer Or Quotation And Shall Continue To Be Registered Until Time Of Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation. government-wide Commercial Purchase Card (gpc) the Method Of Payment For This Requirement Will Be The Government-wide Commercial Purchase Card. Federal Acquisition Regulation (far) 13.301(a) State In Part That The Gpc Card Is Authorized For Use In Making And/or Paying For Purchases Of Supplies And Services. Far 13.001 Defines The Government-wide Commercial Purchase Card As Similar In Nature To A Commercial Credit Card, Issued To Authorized Agency Personnel To Use To Acquire And To Pay For Supplies And Services. questions: questions Shall Be Sent By E-mail To Shane.yurkus@us.af.mil And Arthur.makekau@us.af.mil By Monday, March 03, 2025; By 10:00am (mountain Daylight Time). quotes: responses/quotes Must Be Received No Later Than Wednesday, March 12, 2025; By 10:00am (mountain Daylight Time). Forward Responses By E-mail To Shane.yurkus@us.af.mil And Arthur.makekau@us.af.mil. Late Quotes Will Not Be Accepted.
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Amarg Engineering Support Services
DEPT OF THE AIR FORCE USA Tender
Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Date24 Mar 2025
Tender AmountRefer Documents
F-16 Test Station Power Supply (6130-01-373-0561wf)
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Soon6 Mar 2025
Tender AmountRefer Documents
General Statement:
this Is A Combined Synopsis/soliciation For The Commercial Items Issued By The 23rd Contracting Squadron, Moody Afb, Georgia. This Announcement Constitutes The Only Solicitation Being Issued For The Requirement Described Herein. requirement:
41 Rgs Needs To Replace And Install Carpet In Their Building, Utilizing The Existing Usaf Carpet Contract Guide. The Building Is Located On Moody Afb, Ga. This Will Ensure A Clean (hygienic) Place To Work. New Carpet Will Optimize Services To Their Clientele. The Contractor Shall Provide All Labor, Material, Equipment, Management, Supervision, Coordination, Waste Disposal And Transportation Required To Accomplish This Requirement. customer's Carpet Selection:
mohawk - 2ocr-t: Datum 7559 Opal: 24x24
engineered Floors - 2om-t: Twill Weave Modular 2883 Corded: 24x24
interface Americas - 3ol-t: Brescia 8867 Azzuro: 19.69x19.69
mannington - Huskt/huskb: Husk 35342 Woad: 24x24
tarkett - Os-t/3os-p: Earthbound 11573: Inky Midnight 52610
milliken - 1ocr-t: Formwork Modular: Fwk52 Blueprint
bentley Mills - 3ocr-t: 6aset4aa1k: Shapeshifter Ii - Changelings 400045 please Utilize Additional Attachment (statement Of Work And Floor Plan) For
more Information On Install Requirements. site Visit:
a Site Visit Will Be Held On Wednesday, February 26, 2025 At 10:00 Am Est. Base Map Attached For Guidance And Location Details, Please Refer Attachments. While Attendance Is Not Mandatory, It Is Highly Recommended. Vendors Are Encouraged To Inspect The Site In Order To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance To The Extent That Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Arrive At The Moody Air Force Base Visitor's Center No Later Than 9:30 Am Est For Check-in (required For All Contractors Prior To Entering The Base) To Ensure On Time Arrival For The Site Visit. For Completing The Attached Base Pass Forms: Please Put Your Business Name Next To The "prime Contractor" Spot (where Abcd Is Present). Replace The Name John Doe With The Full Name Of The Member Requesting Base Access For The Site Visit, Include Date Of Birth (ssn Is Not To Be Added On The Form But May Be Needed For Check-in) And Company For All Additional Members That May Be Attending. When Complete, Email The Base Pass To June.alba@us.af.mil No Later Than Tuesday, February 25, 2025 At 1 Pm Est. question Deadline Due By Friday, February 28, 2025 At 1 Pm Est. “notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs.”
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Soon6 Mar 2025
Tender AmountRefer Documents
Attend Aftc/pz And 96 Ceg Fy25 Construction Pitch Day
141-150 of 903 active Tenders