Tenders of Dept Of The Air Force Usa
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools
United States
Closing Date6 Nov 2025
Tender AmountRefer Documents
Laser Vector Preventative Maintenance And Calibration
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Closing Date19 Nov 2025
Tender AmountRefer Documents
Wheel Build-up Stand And Wheel Assembly Stand (brand Name)
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date31 Dec 2025
Tender AmountRefer Documents
Nsn: 1560-00-562-6837fg noun: Cover, Access, Aircra top Drawing: 35-10868-508 edl Revision & Date: 16 / 1 Mar 2023 mdc Code: Zhh im Name: Musgrove, Molly E
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date9 Dec 2029
Tender AmountRefer Documents
Operational Test And Training Infrastructure (otti) Commercial Solutions Opening (cso)
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date20 Nov 2025
Tender AmountRefer Documents
This Is A Pre-solicitation Notice Synopsis. The 1st Special Operations Contracting Squadron At Hurlburt Field, Fl, Intends To Issue A Single Award Firm-fixed Price Contract For Outbound Cargo Services With A Base Period Of 1 March 2025 Thru 28 February 2026 And Four (4) One (1) Year Option Periods. this Notice Is Not A Formal Request For Quotes (rfq), And No Contract Will Result From This Notice, Nor Does It Commit The Government To Any Acquisition For These Services. work Consists Of But Is Not Limited To The Following: The Contractor Shall Provide All Non-personal Services To Include Personnel, Equipment, Supervision, And Other Items And Services Necessary To Perform Outbound Cargo (oc) Shipping Packer And Woodworker Services At Hurlburt Field, Florida. The Contractor Shall Perform Oc Shipping Packer/woodworker Workload Duties Under The Guidance Of The Transportation Officer (to) Or Their Designated Representatives. this Acquisition Is Being Offered For Competition To Eligible Small Business (sb) Concerns. The North American Industry Classification System (naics) Code For This Project Is 488991 With A Size Standard Of $34 Million. prospective Contractors Must Be Registered In The System For Award Management (sam) Database Prior To Award Of A Government Contract. Respondents Are Further Advised That Failure To Register In The Sam Database Will Render Your Firm Ineligible For Award. Registration Requires Applicants To Have A Unique Entity Identifier (uei) Number. It Is Recommended To Register Immediately To Be Eligible For Timely Award. This Solicitation Will Be Available Only Via The Internet At The Following Address: Https://sam.gov. For Information On How To Register Your Company, To View Or Receive Updates And Notifications To The Solicitation, Please Reference The "contract Opportunities" Link On The Sam.gov Web Site Home Page. this Is A Follow-on Effort To Contract Number Fa4417-20-p-0153. this Notice Does Not Obligate The Government To Award A Contract, Nor Does It Obligate The Government To Pay For Any Proposal Preparation Costs. the Issuance Date For This Solicitation Is Projected To Be On/about 20 November 2024. point Of Contacts Are A1c Gery Reyes Ramos, Contract Specialist, Email: Gery.reyes_ramos@us.af.mil And Sra Abigail Turek, Contracting Officer, Email: Abigail.turek@us.af.mil. this Contract Will Be Awarded In Accordance With Far Part 13, Simplified Acquisition Procedures. All Responsible Sources May Submit A Quote Which Shall Be Considered By The Agency.
DEPT OF THE AIR FORCE USA Tender
Finance And Insurance Sectors
United States
Closing Date1 Dec 2025
Tender AmountRefer Documents
Please See The Attached Rfi For Information On How To Respond.
DEPT OF THE AIR FORCE USA Tender
Others...+1Civil And Construction
United States
Closing Date11 Dec 2025
Tender AmountRefer Documents
Please See Attached Sources Sought Memorandum
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Closing Date30 Oct 2029
Tender AmountRefer Documents
Air Dominance Broad Agency Announcement (baa)
DEPT OF THE AIR FORCE USA Tender
Software and IT Solutions
United States
Closing Date19 Nov 2025
Tender AmountRefer Documents
Combined Synopsis/solicitation this Is A Combined Synopsis/solicitation For The Acquisition Of Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Announcement. This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. solicitation Number: Fa8222-25-q-fazt this Solicitation Is Issued As A Request For Quotation (rfq). this Solicitation Document And Incorporated Provisions And Clauses Are In Effect Through Federal Acquisition Circular 2024-04. contracting Officer's Business Size Selection sole Source naics Code 513210 small Business Size Standard $47 Million clin description quantity unit 0001 fazzt Enterprise Client (see Equipment List For License Information) 5621 ea 0002 fazzt Enterprise Server (4-node Version) (see Equipment List For License Information) 9 ea 0003 fazzt Enterprise Server (dual Node) (see Equipment List For License Information) 1 ea 0004 fazzt Enterprise Server (single-node Version) (see Equipment List For License Information) 16 ea 0005 fazzt Power Publisher (see Equipment List For License Information) 7 ea 0006 fazzt Standard Server (host-hub) (see Equipment List For License Information) 18 ea description Of Item(s) To Be Acquired: the Contractor Shall Provide Requested Products To 309th Sweg Located At Hill Afb, Utah. Please Reference The Attached Equipment List For Detailed Specifications. dates And Place Of Delivery: 6137 Wardleigh Rd. Bldg. 1515, Hill Afb, Ut 84056 delivery Not To Exceed 15 Days Aro. License Renewals Are To Last 12 Months After Designated License Period. Fob Destination. the Provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition. Offers Are Due By 18 November 2024 At 1700 Mt Via Electronic Mail To Audrey.lee.3@us.af.mil provide Cage Code And Sam Uei When Submitting Bid. 52.212-2: Evaluation -- Commercial Items (a) The Government Will Award A Contract Resulting From This Solicitation To The Offer With The Lowest Price Technically Acceptable (lpta). The Following Factors Shall Be Used To Evaluate Offers: price technical Capability Of The Item Offered To Meet The Government Requirement; the Lowest Three Quotes Deemed Technically Acceptable Will Be Evaluated. Based On The Quote, The Offerors Need To Meet The Requirements On The Product Description Found In The Solicitation. (b) This Effort Is A Sole Source Purchase. Award Will Be Conducted Under The Provisions Of Far Part 12, Commercial Items, And Far 13, Simplified Acquisition Procedures. Submit Only Written Offers; Oral Offers Will Not Be Accepted. All Firms Or Individuals Responding Must Be Registered With The System For Award Management (sam). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Its Offer. the Clause At 52.212-4, Contract Terms And Conditions -- Commercial Items, Applies To This Acquisition And A Statement Regarding Any Addenda To The Clause. far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Items (deviation 2013-o0019) (jan 2014) other Far Clauses And Provisions 52.203-6 Restrictions On Subcontractor Sales To The Government (sept 2006), With Alternate I (oct 1995) (41 U.s.c. 4704 And 10 U.s.c. 2402). 52.204-2 52.204-7 System For Award Management 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards (july 2013) (pub. L. 109-282) (31 U.s.c. 6101 Note). 52.204-27 Prohibition On A Bytedance Covered Application. (june 2023) 52.209-6 Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment. (aug, 2013) (31 U.s.c. 6101 Note). 52.217-9 Option To Extend The Term Of The Contract 52.219-3 Notice Of Hubzone Set-aside Or Sole-source Award (nov 2011) (15 U.s.c. 657a). 52.219-6 Notice Of Total Small Business Set-aside (nov 2011) (15 U.s.c. 644). 52.222-3 Convict Labor (iaw Far 22.202)(jun 2003) 52.222-19 Child Labor—cooperation With Authorities And Remedies (jan 2014) (e.o. 3126). 52.222-21 Prohibition Of Segregated Facilities (iaw Far 22.810(a)(1))(feb 1999) 52.222-26 Equal Opportunity (iaw Far 22.810(e)) (mar 2007) 52.222-35 Equal Opportunity For Veterans (jul 2014)(38 U.s.c. 4212). 52.222-36 Equal Opportunity For Workers With Disabilities (july 2014) (29 U.s.c. 793). 52.222-37 Employment Reports On Veterans (july 2014) (38 U.s.c. 4212). 52.222-40 Notification Of Employees Rights Under The National Labor Relations Act (dec 2010) 52.222-50 Combating Trafficking In Persons (feb 2009) (22 U.s.c. 7104(g)). 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) (e.o.13513). 52.225-1 Buy American--supplies (may 2014) (41 U.s.c. Chapter 83) 52.225-13 Restrictions On Certain Foreign Purchases (june 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). 52.232-33 Payment By Electronic Funds Transfer—system For Award Management (july 2013) (31 U.s.c. 3332). 52.233-3 Protest After Award (aug 1996) 52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004) (pub. L. 108-77, 108-78). 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations In Clauses 252.204-7004 Antiterrorism Awareness Training For Contractors. 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls. 252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.204-7019 Notice Of Nistsp 800-171 Dod Assessment Requirements 252.204-7020 Nist Sp 800-171dod Assessment Requirements 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.204-7023 Reporting Requirements For Contracted Services 252.232-7003 Electronic Submission Of Payment Request And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 5352.223-9000 Elimination Of Use Of Class I Ozone Depleting Substances (ods) 5352.201-9101 Ombudsman (a) An Ombudsman Has Been Appointed To Hear And Facilitate The Resolution Of Concerns From Offerors, Potential Offerors, And Others For This Acquisition. When Requested, The Ombudsman Will Maintain Strict Confidentiality As To The Source Of The Concern. The Existence Of The Ombudsman Does Not Affect The Authority Of The Program Manager,contracting Officer, Or Source Selection Official. further, The Ombudsman Does Not Participate In The Evaluation Of Proposals, The Source Selection Process, Or The Adjudication Of Protests Or Formal Contract Disputes. The Ombudsman May Refer The Interested Party To Another Official Who Can Resolve The Concern. (b)before Consulting With An Ombudsman, Interested Parties Must First Address Their Concerns, Issues, Disagreements, And/or Recommendations To The Contracting Officer For Resolution. Consulting An Ombudsman Does Not Alter Or Postpone The Timelines For Any Other Processes (e.g., Agency Level Bid Protests, Gao Bid Protests, Requests For Debriefings, Employee-employer Actions, Contests Of Ombc A-76 Competition Performance Decisions). (c) If Resolution Cannot Be Made By The Contracting Officer, The Interested Party May Contact The Ombudsman, Ms. Kayla Marshall, 6038 Aspen Ave, bldg 1289 Upstairs, Hill Afb, Ut 84056, Phone: (801) 777-6549, Kayla.marshall@us.af.mil. Concerns, Issues, Disagreements, And Recommendations That Cannot Be Resolved At The Center/majcom/dru/smc Ombudsman Level, May Be Brought By The Interested Party For Further Consideration To The Air Force Ombudsman, Associate Deputy Assistant Secretary (adas) (contracting), Saf/aqc, 1060 Air Force Pentagon, Washington Dc 20330-1060, Phone Number (571) 256-2395, Facsimile Number (571) 256-2431. (d)the Ombudsman Has No Authority To Render A Decision That Binds The Agency.
(e)do Not Contact The Ombudsman To Request Copies Of The Solicitation, Verify Offer Due Date, Or Clarify Technical Requirements. Such Inquiries Shall Be Directed To The Contracting Officer (end Of Clause) additional Contract Requirement Or Terms And Conditions: n/a defense Priorities And Allocations System (dpas): n/a proposal Submission Information: all Questions Or Comments Must Be Sent To Audrey Lee By Email At Audrey.lee.3@us.af.mil, Nlt 1100 Mt, 5 November 2024. Offers Are Due 18 November 2024 Nlt 1700 Mt Via Electronic Mail To Audrey.lee.3@us.af.mil for Additional Information Regarding The Solicitation Contact Audrey Lee Or Christa Phillips (christa.phillips.1@us.af.mil) notice To Offerors: the Government Intends To Award A Firm Fixed Price Contract For This Requirement. 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
Others
United States
Closing Date13 Nov 2025
Tender AmountRefer Documents
Combined Synopsis/solicitation For Commercial Products And Commercial Services (oct 2024) general Information Title: Golf Simulator Document Type: Combined Synopsis/solicitation Solicitation Number: Fa875125q0817 Posted Date: 30 October 2024 Original Response Date: 13 November 2024 Classification Code: 7810 Set-aside: Total Small Business Naics Code: 423910 contracting Office Address department Of The Air Force, Air Force Materiel Command, Afrl – Rome Research Site, Afrl/information Directorate, 26 Electronic Parkway, Rome, Ny, 13441-4514 description this Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Offers Are Being Requested And A Written Solicitation (paper Copy) Will Not Be Issued. Further, Offerors Are Responsible For Monitoring This Site For The Release Of Amendments (if Any) Or Other Information Pertaining To This Solicitation. solicitation Fa875125q0817 Is Issued As A Request For Quotation (rfq). this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 And Defense Federal Acquisition Regulation Supplement Change Notice (dcn) 20241010. see Https://www.acquisition.gov/ For The Full Text Of All Provisions And Clauses Incorporated By Reference Herein. this Procurement Is Being Issued As Small Business Set-aside Under Naics Code 423910 And Small Business Size Standard 100 Employees. 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. the Contractor Shall Provide The Following Item With The Minimum Specifications On A Brand Name Or Equal, Firm Fixed Price Basis Including The Cost Of Shipping Fob Destination: trugolf Max Golf Simulator Package (quantity 1) gaming Computer: Capable Of Running E6 Apex Software And Compatible Launch Monitor (minimum Intel I7-13700, 16 Gb Ddr4-3200 Mhz Ram, Nvidia Rtx 4060 W/ 8 Gb Gddr6x Dedicated, 1 Tb Pcle Nvme M.2 Ssd, Windows 11 Pro 64-bit, Hp 310 Wired Keyboard/mouse, Realtek Rtl8852be Wi-fi 6 (2x2), Bluetooth 5.3) projector: Minimum 1080p 21” Touch Screen Monitor launch Monitor: Ability To Measure Ball Speed, Back Spin, Side Spin, Vertical Launch Angle, Horizontal Launch Angle, Club Head Speed, Club Face Angle And Club Path must Integrate With E6 Apex & E6 Connect Software impact Screen: Minimum Size 13.5’ X 8.4’ software: E6 Connect – Standard License (pc) software: E6 Connect Expanded 1 Year Subscription frame & Enclosure: minimum Dimensions: 14’ L X 9’ H appropriate Depth For Required Distance From Impact Screen; Varies By Launch Monitor side Nets landing Turf Floor tee Box/hitting Mat: Minimum 5’ X 12’ available Space Dimensions: 18’ W X 20’ W X 11’ H ship Hardware To: dodaac: F4hbl1 countrycode: Usa afrl Riolsc af Bpn No Milsbills Processes 148 Electronic Pkwy rome, Ny 13441-4503 united States name, Email Address, And Phone Number Of The End User Poc Associated With The Delivery Will Be Provided Via Section F Of Any Award Resulting From This Solicitation. offerors Shall Provide At Least The Same Warranty Terms, Including Offers Of Extended Warranties, Offered To The General Public In Customary Commercial Practice. the Delivery Date Is 30 Days After Receipt Of Order (aro). All Deliveries Shall Be Made In Accordance With Far 52.247-34 Fob Destination (nov 1991). The Place Of Delivery, Acceptance And Fob Destination Point Is 120 Electronic Parkway Rome, Ny 13441. the Provision At 52.212-1, Instructions To Offerors – Commercial Products And Commercial Services (sep 2023), Applies To This Acquisition. addendum To The Following Paragraphs Of 52.212-1 Are: (b) Written Proposals/quotes Are Due At Or Before 3 Pm, (eastern Time) 13 November 2024. Submit By Email To Tiffany.slopka@us.af.mil. Offerors Are Encouraged To Submit Their Quotes Using The Sf 1449, Solicitation/contract/order For Commercial Products And Commercial Services. (b)(4) Submit A Technical Description Of The Items Being Offered. (b)(11) If The Offer Is Not Submitted On The Sf 1449, Include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. (b)(12) Include A Statement Verifying That Your Firm Is Capable Of Conforming To The Requirements Of Dfars Clause 252.211-7003, Item Identification And Valuation. (g) Contract Award. The Government Intends To Evaluate Offers And Award A Contract Without Discussions With Offerors. Therefore, The Offeror’s Initial Offer Should Contain The Offeror’s Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If Later Determined By The Contracting Officer To Be Necessary. The Government May Reject Any Or All Offers If Such Action Is In The Public Interest; Accept Other Than The Lowest Offer And Waive Informalities And Minor Irregularities In Offers Received. the Provision At Far 52.212-2, Evaluation -- Commercial Products And Commercial Services (nov 2021) Applies. In Addition To The Information Within Paragraph (a), The Following Factors Shall Be Used To Evaluate Offers: (i) Technical Capability Of The Item Offered To Meet The Government Requirement (ii) Price offerors Are Required To Complete Representations And Certifications Found In The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Products And Commercial Services (feb 2024) As Well As The Following: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) 252.225-7055,representation Regarding Business Operations With The Maduro Regime (may 2022) for Your Convenience All Referenced Certifications Are Attached To This Solicitation. (attachment No. 1). the Clause At 52.212-4, Contract Terms And Conditions -- Commercial Products And Commercial Services (nov 2023), Applies To This Acquisition. addenda To The Following Paragraphs Of 52.212-4 Are: the Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Products And Commercial Services (may 2024) Applies To This Acquisition. the Following Additional Far Clauses Cited Are Incorporated In This Contract By Reference To Implement Provisions Of Law Orexecutiveorders Applicable To Acquisitions Of Commercialproductsand Commercial Services: (a)thecontractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In Thiscontractby Reference, To Implement Provisions Of Law Orexecutiveorders Applicable To Acquisitions Of Commercialproductsand Commercial Services: (1) 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Itssuccessorprovisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2) 52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3) 52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Orequipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4) 52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5) 52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023) (6) 52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7) 52.233-4, Applicable Law For Breach Ofcontractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)) (b)thecontractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In Thiscontractby Reference To Implement Provisions Of Law Orexecutiveorders Applicable To Acquisitions Of Commercialproductsand Commercial Services: ___ 52.204-27, Prohibition On A Bytedance Covered Application (jun 2023) (section 102 Of Division R Of Pub. L. 117-328). ___ 52.219-6, Notice Of Total Small Business Aside (15 U.s.c. 644) (nov 2020) ___ 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024)(15 U.s.c. 632(a)(2)). ___ 52.222-3, Convict Labor (jun 2003) (e.o. 11755) ___ 52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). ___ 52.222-21, Prohibition Of Segregated Facilities (apr 2015). ___ 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246) ___ 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793) ___ 52.222-50, Combating Trafficking In Persons (nov 2021) (22 U.s.c. Chapter 78 And E.o. 13627). ___ 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) (e.o.’s Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury) ___ 52.232-33, Payment By Electronic Funds Transfer—system For Award Management (oct 2018) (31 U.s.c. 3332) the Following Additional Far And Far Supplement Provisions And Clauses Also Apply: (reference Far 12.301) ___ 52.211-6, Brand Name Or Equal (aug 1999) _____ 52.247-34, Fob Destination (nov 1991) _____ 52.252-1 Solicitation Provisions Incorporate By Reference (feb 1998) _____ 52.252-2 Clauses Incorporated By Reference (feb 1998) _____ 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials (sep 2011) (section 847 Of Pub. L. 110-181) _____252.203-7002 Requirement To Inform Employees Of Whistleblower Rights. (sep 2013) _____252.204-7003 Control Of Government Personnel Work Product (apr 1992) _____ 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) _____252.204-7019, Notice Of Nist Sp 800-171 Dod Assessment Requirements (nov 2023) _____252.204-7020, Notice Of Nist Sp 800-171 Dod Assessment Requirements (nov 2023) ______252.211-7003, Item Identification And Valuation (jan 2023) para. (c)(1)(i): ______ (insert Contract Line, Subline, Or Exhibit Line Item Number And Item Description: N/a) para. (c)(1)(ii): ______ (identify Contract Line, Subline, Or Exhibit Line Item Number And Item Description: N/a) para. (c)(1)(iii): ______ (insert Attachment Number: N/a) para. (c)(1)(iv): ______ (insert Attachment Number: N/a) para. (f)(2)(iii): ______ (insert Exhibit Number: N/a) _____ 252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors. (jan 2023) ______ 252.223-7008, Prohibition Of Hexavalent Chromium (jan 2023) ______ 252.223-7998 Prohibition On Procurement Of Certain Items Containing perfluorooctane Sulfonate Or Perfluorooctanoic Acid (deviation 2022-o0010) (apr 2023) _____ 252.225-7001, Buy American And Balance Of Payments Program (feb 2024) (41 _____ 252.225-7048 Export-controlled Items (jun 2013) _____ 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) (10 U.s.c. 2227) _____ 252.232-7006, Wide Area Workflow Payment Instructions (jan 2023) _____ 252.232-7010, Levies On Contract Payments (dec 2006) _____252.244-7000, Subcontracts For Commercial Products And Commercial Services (nov 2023) _____ 252.246-7008, Source Of Electronic Parts (jan 2023) _____ 252.247-7023, Transportation Of Supplies By Sea – Basic (oct 2024) (10 U.s.c. 2631(a)) _____ 5352.201-9101, Ombudsman (jul 2023) Is Hereby Incorporated Into This Solicitation. The Ombudsman For This Acquisition Is: Ombudsman: Afrl/pk Director, Alternate Ombudsman: Afrl/pk Deputy Director, 1864 Fourth Street, Wafb Oh 45433, Phone: (937) 904-9700, Fax: (937) 656-7321, Email: Afrl.pk.workflow@us.af.mil note That The Clause At 252.211-7003 Is Included In This Solicitation. Agency Specific Guidance Is Provided Below: for Proposed Line Item Numbers With A Unit Price ≥ $5,000. Vendors Will Be Expected To Supply Unique Item Identifier (uii/ Uid) Labels. uii/ Uid Component Data Elements Should Be Marked On An Item Using Two Dimensional Data Matrix Symbology That Complies With Iso/iec International Standard 16022, Information Technology - International Symbology Specification - Data Matrix; Error Checking And Correction 200 (ecc200) Data Matrix Specification. (a)label: if Using Construct 1: Encode The Two Dimensional Data Matrix With Cage Code (enterprise Id) And Serial #. if Using Construct 2: Encode The Two Dimensional Data Matrix With Cage Code, Serial #, And Part/lot/batch #. any Costs Associated In Complying With These Terms Should Be Included As Part Of The Firm Fixed Priced Offer Herein. all Responsible Organizations May Submit A Quote, Which Shall Be Considered.
31-40 of 448 active Tenders