Tenders of Dept Of The Army Usa

DEPT OF THE ARMY USA Tender

Others...+1Electrical and Electronics
United States
Horizontal Directional Drilling And Installation Service
Closing Date16 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Mcalester Army Ammunition Plant Has Issued A Request For Coveralls (see Posted Solicitation For Additional Requirements.) Fob Destination - Mcalester Army Ammunition Plant, Mcalester, Ok. This Solicitation Will Be Issued Via The Internet At Https//www.sam.gov And Will Close 04/16/2025 At 10:00 Am Central Daylight Savings Time. salient Characteristics Must Be Met And Submitted With Detail: Must Be Submitted With Quote To Be Considered. Must Be Sam Registered And Active. Quotes Are To Be Sent On Signed And Filled In Solicitation, With Any Needed Certification Or Specifications Verified To Casey.p.pratt.civ@army.mil. Questions Or Any Needed Additional Information Must Be Submitted No Later Than 72 Hours Prior To Solicitation Close Date/time And Should Be E¬mailed Directly To Casey.p.pratt.civ@army.mil. Do Not Fax. any Changes To The Solicitation Shall Also Be Posted To This Web Site And It Is The Contractor's Responsibility To Check Site Daily For Any Posted Changes. All Contractors Who Provide Goods/services To The Dod Must Have A Current Active Registration At System For Award Management (sam) - Https://www.sam.gov
Closing Date16 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
This Is A Combined Synopsis/solicitationforcommercial Products Prepared In Accordance With The Format Infar Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Onlysolicitation; Proposals Are Being Requested And A Writtensolicitationwill Not Be Issued. this Is A Request For Quote (rfq) Using Far Part 12, Acquisition Of Commercial Items; The Solicitation Number Is W519tc-25-q-dtes. the Solicitation And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. the Naics Code For This Procurement Is 541380; The Small Business Size Standard Is $19,000,000.00 And Naics 621511; The Small Business Size Standard Is $41,500,000.00 The Product Service Code Is Q301 offerors Must Be Registered Within The System For Award Management (sam) Databased At Time Of Response To This Solicitation. The Website For Sam Is Https://www.sam.gov/. addendum To 52.212-1 description Of Requirement this Solicitation Is Issued As A 100% Small Business Set-aside For The Following: urine Sample Collection Services, In Accordance With The Statement Of Work At Attachments 01. service Contract Labor Standards (far Subpart 22.10) Apply. The Department Of Labor Wage Determination Is At Attachment 0005. type Of Contract, Period Of Performance And Performance Location the Government Intends To Award A Firm Fixed Price, 5-year Indefinite Delivery-indefinite Quantity (idiq) Contract. The Ordering Periods Are Projected As Follows: ordering Period 1: 12 May 2025 – 11 May 2026 ordering Period 2: 12 May 2026 – 11 May 2027 ordering Period 3: 12 May 2027 – 11 May 2028 ordering Period 4: 12 May 2028 – 11 May 2029 ordering Period 5: 12 May 2029 – 11 May 2030 an Annual Minimum Of 1 Test And A Maximum Of 400 Tests. Total For Contract Life Will Be Minimum Of 5 And A Maximum Of 2,000 Tests. collections Shall Be Taken At The Contractor’s Facility, Which, In Accordance With The Statement Of Work, Must Be Located Within 15 Miles Of Crane Army Ammunition Activity, Crane In. On-site Mobile Collection Is Acceptable, As Specified Within The Statement Of Work At Attachment 0001. quote/proposal Submission Requirements offerors Shall Submit The Following In Response To This Solicitation: price – Offerors Must Submit Completed Pricing Sheet At Attachment 0002. All Yellow-highlighted Sections Shall Be Completed. Unit Prices Shall Be Offered For Each Of The Ordering Periods. Failure To Provide A Unit Price Of Each Of The Ordering Periods May Deem The Offeror No Responsible. physical Location/address From Which Urine Samples Will Be Taken. If Mobile Unit Will Be Utilized, Your Submission Must So State And Must Provide The Physical Location/address At Which The Unit Will Be Located. for Each Person Who Will Be Performing Under The Offeror’s Proposal, Provide Name/position/physical Location copy Of Initial And Refresher Collector Training Records. Training Certifications Must Be Current And Valid For The Period Of Performance. completed Clause At Attachment 0003 – Far 52.204-24, Paragraph (d)(1) And (d)(2) completed Provisions At Attachment 0004 – Far 52.212-3 Alt 1, Paragraph (b) Only. basis For Award award Will Be Made To The Offeror Who Provides The Lowest Total Price, Who Is Deemed responsible, And Whose Quote Conforms To The Solicitation Requirements. Total Evaluated Price Will Be Calculated By The Sum Of The Evaluated Prices For Ordering Periods 1 Through 5. in Accordance With Far 52.212-1(g), The Government Intends To Award A Contract against This Solicitation Without Discussions. listing Of Attachments attachment 0001 - Statement Of Work attachment 0002 - Price Evaluation Sheet attachment 0003 - Far 52.204-24 attachment 0004 - Far 52.212-3 Alt 1 attachment 0005 - Wage Determination No. 2015-4821 Rev 28 deadline For Submission offers Are Due On 16 April 2025 No Later Than 1230pm Central Time. offers Shall Be Submitted In The Following Way: electronically Via Email To The Contract Specialist, Samantha.m.ward12.civ@army.mil And Contracting Officer, Bryce.t.willett.civ@army.mil. Offerors Shall Include “w519tc-25-q-dtes Response – [insert Offeror’s Name]” Within The Subject Line. questions questions Shall Be Submitted In The Same Manner As Offers, Electronically Via Email To The Contract Specialist And Contracting Officer **note: Interested Offerors Must Submit Any Questions Concerning This Solicitation On or Before 014 April 2025 By 1230pm Cst, To Enable The Buyer To Respond. questions Not Received Within A Reasonable Time Prior To Close Of The Solicitation May not Be Considered. end Of Addendum 52.212-1 solicitation Provisions the Following Federal Acquisition Regulations (far), And Defense Federal Acquisition Regulation Supplement (dfars) Provisions Apply And Are Incorporated By Reference (provisions May Be Obtained Via The Internet At Http://www.acquisition.gov): 52.204-7 - System For Award Management 52.204-16 - Commercial And Government Entity Code Reporting 52.204-17 - Ownership Or Control Of Offeror 52.204-20 - Predecessor Of Offeror 52.204-24 - Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment 52.204-26 - Covered Telecommunications Equipment Or Services--representation 52.212-1 - Instructions To Offerors—commercial Products And Commercial Services 52.212-2 - Evaluation—commercial Products And Commercial Services 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (deviation) 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services--alternate I 52.217-5 - Evaluation Of Options 52.223-22 - Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation 52.252-5 - Authorized Deviations In Provisions 252.203-7005 - Representation Relating To Compensation Of Former Dod Officials 252.204-7016 - Covered Defense Telecommunications Equipment Or Services--representation 252.204-7017 - Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services--representation 252.204-7019 - Notice Of Nist Sp 800-171 Dod Assessment Requirements 252.225-7055 - Representation Regarding Business Operations With The Maduro Regime 252.225-7973 - "prohibition On The Procurement Of Foreign-made Unmanned aircraft Systems—representation. (deviation 2024-o0014)" clauses the Following Federal Acquisition Regulations (far), And Defense Federal Acquisition Regulation Supplement (dfars) Clauses Apply And Are Incorporated By Reference (clauses May Be Obtained Via The Internet At Http://www.acquisition.gov): 52.204-13 - System For Award Management Maintenance 52.204-18 - Commercial And Government Entity Code Maintenance 52.204-21 - Basic Safeguarding Of Covered Contractor Information Systems 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services 52.216-18 - Ordering 52.216-21 - Requirements 52.217-8 - Option To Extend Services 52.217-9 - Option To Extend The Term Of The Contract 52.222-1 - Notice To The Government Of Labor Disputes 52.223-23 - Sustainable Products And Services 52.232-39 - Unenforceability Of Unauthorized Obligations 252.201-7000 - Contracting Officer's Representative 252.203-7000 - Requirements Relating To Compensation Of Former Dod Officials 252.203-7002 - Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 - Control Of Government Personnel Work Product 252.204-7004 - Antiterrorism Awareness Training For Contractors 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 (deviation 2024-o0013, Rev 1) 252.204-7018 - Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services 252.204-7020 - Nist Sp 800-171 Dod Assessment Requirements 252.225-7048 - Export-controlled Items 252.225-7056 - Prohibition Regarding Business Operations With The Maduro Regime 252.225-7972 - "prohibition On The Procurement Of Foreign-made Unmanned aircraft Systems. (deviation 2024-o0014)" 252.227-7015 - Technical Data—commercial Products And Commercial Services 252.227-7037 - Validation Of Restrictive Markings On Technical Data 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies On Contract Payments 252.244-7000 - Subcontracts For Commercial Products Or Commercial Services addendum To 52.212-4 far 52.216-19 - Ordering Limitations far 52.216-22 - Indefinite Quantity far 52.232-33 - Payment By Electronic Funds Transfer—system For Award Management dfars 252.201-7000 - Contracting Officer’s Representative dfars 252.216-7006 - Ordering end Of Addendum 52.212-4 the Following Clause Is Provided In Full Text: 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (jan 2025) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial 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 Its Successor Provisions 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 Or Equipment.(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 Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 ( 19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704 And10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). __(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). _x_(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). __(10)52.204-28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11) (i)52.204-30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of52.204-30. _x_(12)52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed Fordebarment, Or Voluntarily Excluded. (jan2025) (31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] _x_(18) (i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19) (i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns(jan 2025)(15u.s.c.637(d)(2) And (3)). __(21) (i)52.219-9, Small Business Subcontracting Plan(jan 2025)(15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv(jan 2025)of52.219-9. __(22) (i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.657s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Set-aside For, Or Sole-source Award To, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program (feb 2024) (15u.s.c.657f). _x_(26) (i)52.219-28,postawardsmall Business Program Rerepresentation(jan 2025)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15 U.s.c. 637(a)(17)). _x_(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). __(32)52.222-19, Child Labor—cooperation With Authorities And Remedies(jan 2025)(e.o. 13126). __(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). __(34) (i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35) (i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. __(36) (i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). _x_(39) (i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78 And E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(jan 2025)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41) (i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) ( 42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11, Ozone-depleting Substances And High Global Warming Potential Hydrofluorocarbons(may2024)(42 U.s.c. 7671,et Seq.). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(may2024)(42 U.s.c. 7671,et Seq.). __(44)52.223-20, Aerosols(may2024)(42 U.s.c. 7671,et Seq.). __(45)52.223-21, Foams(may2024)(42 U.s.c. 7671,et Seq.). __(46)52.223-23,sustainable Products And Services(may2024)(e.o. 14057,7 U.s.c. 8102,42 U.s.c. 6962,42 U.s.c. 8259b, And42 U.s.c. 7671l). _x_(47) (i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552a). __(ii)alternatei(jan 2017)of52.224-3. __(48) (i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. __(49) (i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note,19 U.s.c. Chapter 29(sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(jan 2025)of52.225-3. __(iv)alternateiii(feb 2024)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(50)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). __(51)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)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(53)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(54)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea(nov 2007)(42u.s.c.5150). _x_(55)52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving(may2024)(e.o. 13513). __(56)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(57)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(58)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). _x_(59)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(60)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(61)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(62)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). _x_(63)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). __(64)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(65) (i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] _x_(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). _x_(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206 And 41u.s.c.chapter67). _x_(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206 And 41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and 41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). _x_(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). _x_(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). __(10)52.247-69, Reporting Requirement For U.s.-flag Air Carriers Regarding Training To Prevent Human Trafficking(jan 2025)(49 U.s.c. 40118(g)). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)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 Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)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). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii) (a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns(jan 2025)(15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi) (a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78 And E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(jan 2025)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii) (a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.240-1, Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities(nov 2024)(sections 1821-1826, Pub. L. 118-31,41 U.s.c. 3901note Prec.). (xxvii)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and 10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (end Of Clause) amendment 01 this Amendment Is To Respond To Vendor Questions: q1.we Would Like To Know If This Is A Brand New Contract Or If There Is (was) An Incumbent Performing These Services.if Not Brand New, Could You Please Provide The Current / Previous Contract Number? r1.the Current Contract Is W52p1j-20-d-3007. amendment 02 this Amendment Is To Update The Price Evaluation Sheet (attachment 0002). amendment 03 this Amendment Is To Add Naics 621511 And To Also Respond To The Following Vendor Questions: q2.the Statement Of Work And Other Documents Opened However There Was No Pes. r2.i’m Not Sure If You Meant The Prs (performance Evaluation Surveillance Plan) That Is Found In The Statement Of Work Under #16 q3.it Shows A Not Less Than 5 And Not More Than 2,000 Tests Required. May We Assume That This Project Will Not Exceed 2,000? r3.the Minimum Quantity Is Actually 1, And The Total Contract Will Not Exceed 2,000. q4.incident And Suspicion Of Use: You Will Want The Facility To Have Ability To With The Stated Hours’ Notice Be Available For Visit? At Times These Programs Require A Visit To The Facility Because Of The Nature Of It.. We Are Assuming The Person Will Be Provided With Transportation And You Will Not Want A Site Visit r4.for Outside Of Normal Operating Hours, Caaa Will Need To Have The Option Of Both Facility/site Visit Based On The Situation That Occurs. During Normal Operating Hours, A Facility Visit Only Is Acceptable. q5.would This Be Acceptable Given The Infrequency Of Use, Or Do You Require Same Location? r5.unable To Answer This Question Definitively Without Knowing The Distance Of These Different Entities From Base. If We Are Only Talking About The Afterhours Reasonable Suspicion Testing Process And The Different Entities Are Within A 50-mile Radius (for Example), The Use Of Different Entities May Be Considered, Although One Location Is Preferred q6.should We Assume, There Would Be No Mro Need To Quote A Fee For? This Will Be Taken Care Of Through Your Apartment Is Our Assumption? r6.we Never Have Never Received A Quote Or Fee For The Mro, That Portion Is Taken Care Of By The Department Of Army, Like Our Drug Testing Supplies.
Closing Date16 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Machinery and Tools...+1Automobiles and Auto Parts
United States
Fort Drum, Ny Has A Requirement For Itam Wheeled Loader W/ 3.4 Cy Bucket And Forks. See Attached Document Css_w911s225qa026. This Requirement Is Set-aside 100% For Certified Hubzone Under Naics 333120 Construction Machinery Manufacturing, Size Standard 1,250 Employees. To Submit A Quote, Please Follow All Instructions In Document Css_w911s225qa026.
Closing Date16 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Provide Mobile X-ray Baggage Scanners To 17 Military Entrance Processing Stations (meps). Please See The Statement Of Work, Solicitation, And Purchase-removal-disposal List For More Information.
Closing Date16 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Chemical Products
United States
We Require A Liquid Dust Inhibitor Designed To Reduce Dust On A 3 Miles Gravel Road Obstacle Course. This Solution Must Be A Liquid Capable Of Being Sprayed Through An Agriculture Spray Bar. Liquid Dust Inhibitor Must Also Comply With Rigorous Health, Safety, And Chemical Standards. The Product Must Be Free From Any Ingredient, At Concentrations Of 0.1% Or Higher, That Is Classified As A Probable Or Confirmed Human Carcinogen By The International Agency For Research On Cancer (iarc), A Carcinogen Or Potential Carcinogen By The Occupational Safety And Health Administration (osha), Or A Known Or Anticipated Carcinogen By The National Toxicology Program (ntp). Additionally, The Product Should Exhibit Specific Physical Properties, Including A Ph Value Between 5.5 And 7.0, A Freezing Point Ranging From 30�f To 32�f, A Boiling Point Between 210�f And 214�f, And A Density Of 8.500 To 9.200 Pounds Per Gallon. This Dust Inhibitor Is Intended For Use In Managing Dust Effectively While Prioritizing Safe Handling And Adherence To Environmental Compliance Standards.
Closing Date16 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
United States
Arng - Food Service Equipment: Fort Chaffee
Closing Date16 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Food Products
United States
Catered Meals For The Montana Army National Guard In Missoula, Montana
Closing Date16 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Aerospace and Defence
United States
Field Sustainment Support Services (fss)
Closing Date16 Apr 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Metals and Non-Metals
United States
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. the Solicitation Is Being Issued As A Request For Quote (rfq) With The Intent To Award As A Simplified Acquisition. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03. This Requirement Is 100% Small Business Set Aside And Utilizes The North American Industry Classification System Code (naics) 331512 (steel Investment Foundries) With A Size Standard Of 1,050 Employees. This Procurement Is Being Conducted In Accordance With Regulation At Far 12, Acquisition Of Commercial Items And Far Part 13, Simplified Acquisition Procedures. please See Attached Description Of Requirement (dor). instructions To Offerors (reference Far 52.212-1) (a) The Offeror Is Responsible For Reading All Information Contained In This Solicitation And All Attachments, If Any, Posted With It. Offerors Should Check The Www.sam.gov Website Often For Any Information Regarding This Solicitation And/or Amendments To This Solicitation. For Information Concerning This Solicitation, Please Email David.g.ammermann@usace.army.mil And Jon-vincent.s.holden@usace.army.mil (b) Pursuant To Far 52.204-7(b), System For Award Management, Offerors Must Be Registered In The System For Award Management (sam) At The Time An Offer Or Quotation Is Submitted, 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. If An Offeror Is Not Registered In Sam At The Time Of The Offer, Its Offer Will Not Be Considered For Award. You May Register Electronically At Http://www.sam.gov. (c)submission Of Offers. Signed And Dated Offers Are Due 04 April 2025, Not Later Than 1:00 Pm Cst And Must Be Submitted Via Email To: David.g.ammermann@usace.army.mil And Jon-vincent.s.holden@usace.army.mil. Offers May Be Submitted In Writing On Letterhead Stationery, Or As Otherwise Specified In The Solicitation. At A Minimum, Offers Must Include: (1)the Solicitation Number W912hz25q9226; (2) A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation. This Includes Providing The Terms Of Any Standard Warranty And Technical Support. This May Include Product Literature, Or Other Documents, If Necessary; (3) Unit Pricing And Extended Pricing For Each Item: State Discount Terms, If Any; (4)cage Code And/or Duns Number. (d)late Submissions, Modifications, Revisions, And Withdrawals Of Offers - (1)offerors Are Responsible For Submitting Offers, And Any Modifications, Revisions, Or Withdrawals, So As To Reach The Designated Government Emails By The Date And Time Designated In The Solicitation; (2)any Offer, Modification, Revision, Or Withdrawal Of An Offer Received After The Exact Date And Time Specified For Receipt Of Offers Is "late" And Will Not Be Considered Unless It Is Received Before Award Is Made, And The Contracting Officer Determines That Accepting The Late Offer Would Not Unduly Delay The Acquisition; However, A Late Modification Of An Otherwise Successful Offer, That Makes Its Terms More Favorable To The Government, Will Be Considered At Any Time It Is Received And May Be Accepted; And (3)offers May Be Withdrawn By Written Notice Received At Any Time Before The Exact Time Set For Receipt Of Offers. (e)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. (f)offers Shall Be Made In Accordance With The Description Of Requirements (dor) Document Provided In The Solicitation. (g) Oral Communications Are Not Acceptable In Response To This Notice. (h) Technical Inquiries And Questions: All Technical Inquiries And Questions Relating To This Solicitation Are To Be Submitted Via Email To David.g.ammermann@usace.army.mil And Jon-vincent.s.holden@usace.army.mil. Offerors Shall Submit Questions At Least 2 Days Prior To The Closing/response Date Of The Solicitation In Order To Ensure Adequate Time Is Allotted To Form An Appropriate Response And To Amend The Solicitation, If Necessary. Offerors Must Review The Specifications In Their Entirety And Review The Www.sam.gov Website For Answers To Questions Prior To Submission Of An Inquiry far 52.212-2 - Evaluation -- Commercial Items: (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government. the Following Factors Shall Be Used To Evaluate Offers: 1) Lowest Price 2) Technically Capability the Government Will Issue An Award To The Offeror Whose Quote Is The Lowest Price That Is Determined To Meet At Least The Minimum Requirements To Be Determined Technically Capable. (1) Technically Capable Is Defined As The Documented Capability To Meet The Minimum Requirements Of The Project As Specified In This Solicitation And The Attached Specifications, Including Evidence Of The Offeror's Capability To Provide The Items Specified And The Ability To Meet Or Exceed The Specified Delivery Schedule. It Is Imperative That The Offeror Submit Sufficient Documentation And Information For The Government To Determine Technical Capability And Quoted Price. Failure To Submit Sufficient Information For The Government To Determine Technical Capability And Quoted Price May Be Cause For Rejection Of Your Quote. (b) 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. (end Of Provision) the Following Far Clauses And Provisions May Apply To This Acquisition: 52.203-3 Gratuities 52.204-4 Printed Or Copied Double-sided On Postconsumer Fiber Content Paper 52.204-7 System For Award Management 52.204-13 System For Award Management Maintenance 52.212-3 Offerors Representations And Certifications- Commercial Items 52.212-4 Contract Terms And Conditions - Commercial Items; 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders – Commercial Items 52.252-2 Clauses Incorporated By Reference additionally, The Following Clauses/provisions Located Within Far 52.212- 5 May Apply To This Acquisition: 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-10 Reporting Executive Compensation And First-tier Subcontract Awards 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment 52.209-6 Protecting The Government's Interests When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations 52.219-6 Notice Of Total Small Business Set-aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation With Authorities And Remedies 52.222-50 Combating Trafficking In Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.232-34 Payment By Electronic Funds Transfer – Other Than System For Award Management 52.233- 3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim the Full Text Of These Far Clauses Can Be Accessed Electronically At Website: https://www.acquisition.gov/browse/index/far the Following Dfars Clauses And Provisions May Be Applicable To This Acquisition: 252.203-7000 Requirement Relating To Compensation Of Former Dod Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating To Compensation Of Former Dod Officials 252.211-7003 Item Unique Identification And Valuation 252.204-7003 Control Of Government Personnel Work Product 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing Of Contract Modifications the Full Text Of These Dfars Clauses Can Be Accessed Electronically At Website: https://www.acquisition.gov/dfars
Closing Date16 Apr 2025
Tender AmountRefer Documents 
3281-3290 of 6035 archived Tenders