Tenders of Dept Of The Navy Usa
Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Request For Information
pursuant To Far 15.201(e) - This Is A Request For Information (rfi) Only. This Rfi Is Issued Solely For Information And Planning Purposes – It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Request For Information Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Interested Parties Are Responsible For Adequately Marking Proprietary Or Competition Sensitive Information Contained In Their Response. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Associated Rfp That May Be Issued.
background/purpose/technical Requirements
the Naval Air Warfare Center (nawc) Webster Outlying Field (wolf) Division Is Soliciting Information And Comments From Industry On Its Ability To Provide A Non-developmental Or Commercial Off The Shelf (cots) 6-10 Meter Antenna Mast.
the Antenna Mast Must Be Able To Reach A Minimum Height Of 6 Meters (~20 Feet). The Mast Must Be Able To A Minimum Of 4 Uhf Ground-air-ground Antennas And Minimum Weight Capacity Of 40 Lbs. The Mast Must Be Able To Be Set Up On An Airplane Tarmac, Concrete, Gravel, Grass, And Sand Without Penetration Into The Ground. The Mast Must Be Able To Be Able To Be Erected And Stowed Within 25 Minutes With A Maximum Of 2 People. The Mast Needs To Sustain A Minimum Of 50 Mph Wind Gusts. The Mast Must Be Portable, Adjustable, Able To Be Assembled In A Field Environment With No Tools Necessary, And Constructed To Endure Extreme Temperatures/environments. The Mast Must Not Penetrate The Ground Utilizing Stakes Or Guy-wires.
responses
requested Information
section 1 Of The Response Shall Provide Administrative Information, And Shall Include The Following As A Minimum:
organization Name, Mailing Address, Overnight Delivery Address (if Different From Mailing Address), Phone Number, Fax Number, And Name And E-mail Of Designated Point Of Contact.
business Type (large Business, Small Business, Small, Disadvantaged Business, 8(a)-certified Small Disadvantaged Business, Hub Zone Small Business, Woman-owned Small Business, Very Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business).
country Of Origin For Main Component(s)
section 2 Of The Response Shall Provide Technical Information, And Shall Include The Following As A Minimum:
interested Parties Shall Respond With Existing Capabilities Or Products That Meet All Or A Subset Of The Aforementioned Attributes. Reponses That Include Information Detailing Potential Tradeoffs Or Alternative Solutions Is Encouraged.
respondents Should Provide A Detailed Description Of The Following Characteristics Of Their Solution In Their Submission:
product Specification, Sketches, Or Listings Of Authorized Distributors Are Not To Count As Part Of The Page Count.
list Specific Information Being Requested From The Respondent To Provide Regarding Their Potential Solution. An Example Of Requested Information Below In Blue Font.
deployment Time
one To Two-man Operation Capability
accessories Available
container Type (case Or Bag)
tools Required
features
dimensions - Height Extended, Transit Length, Weight
container Dimensions
environmental Conditions
minimum And Maximum Operating Temperatures (in Fahrenheit)
mil-std-810c
max Wind Speed
built-in Compass And/or Levels
antenna Connection Options
survival Rating
maximum Weight Capacity
guyless / Guying Information
hoisting Mechanism
method Of Mounting
deployed Ground Footprint
parts List
other Information
total Quantity Of Units Sold To Date
date Of Delivery Of The First Unit
date Of Delivery Of Most Recent Unit
basic And Extended Warranty Information
time To Production
if Applicable And Able, Respondents Shall Include A List Of Department Of Defense (dod), Department Of Justice (doj) Or Department Of Homeland Security (dohs) Programs Of Record That Currently Employ Their Solution. It Would Be Helpful If A Sponsor Poc For Each Program, With Email Address And Phone Number Could Be Identified.
the Government Is Interested In Receiving Vendors’ Price Lists For Items They Believe Meet The Need In This Rfi. Supplying Price Data Does Not Imply A Contractual Obligation And Must Be Provided And Marked As Price Data.
respondents Should Include A List Of Authorized Distributors.
additional Information
in Response To This Rfi, Respondents Shall Submit Written Responses, Not-to-exceed Ten (10) Pages In Length Via Electronic Mail. Product Specification, Sketches, Or Listings Of Authorized Distributors Will Not Count Toward The Page Limitation. The Government Is Interested In Identification Of Long Lead Items(s), Sub-systems(s), Or Systems(s).
the Government Does Not Intend To Award A Contract On The Basis Of This Request Or To Otherwise Pay For The Information Solicited. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations. All Information Received In Response To The Rfi That Is Marked Proprietary Will Be Handled Accordingly. The Government Will Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Identified.
failure To Respond To This Rfi Does Not Preclude Participation In Any Future Associated Rfp That May Be Issued. Information Provided In No Way Binds The Government To Solicit Or Award A Contract. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam) Website: Www.sam.gov. It Is The Potential Vendor’s Responsibility To Monitor This Site For The Release Of Any Follow-on Information.
how To Respond
interested Parties Are Requested To Respond To This Rfi With A Pdf Document Format. Responses Shall Be Limited To 10 Pages And Submitted Via E-mail Only To Danielle.m.russo4.civ@us.navy.mil. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. Responses Are Due No Later Than 22 April 2025, 5:00 P.m. Est.
responses To This Rfi May Not Be Returned. Respondents May Not Be Notified Of The Result Of The Review. If A Solicitation Is Released, It Will Be Synopsized On The Sam Website: Www.sam.gov. It Is The Potential Vendor’s Responsibility To Monitor This Site For The Release Of Any Follow-on Information.
Closing Soon22 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Psc: 5120
naics: 333517
this Sources Sought Notice Is Being Posted To Satisfy The Requirement Of Defense Federal Acquisition Regulation Supplement (dfars) 206.302-1(d). The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey Intends To Procure On A Limited Competition Basis To The Original Equipment Manufacturer, Sikorsky Aircraft Corporation, Cage: 78286 And Their Authorized Distributor Habco Industries, Llc, Cage: 51826 For The Following Items: Stabilator Repair Set, Pn 38076-00017-002, Nsn 5120-01-466-1906, Ivhms Accelerometer Test Set, Pn 70700-20711-041, Nsn 4920-01-690-7335, And Test Box, Active Vibration Control System, Pn 71700-77551-041, Nsn 4920-01-588-7038 In Support Of The Foreign Military Sales H-60 Aircraft Program. The Proposed Action Is For Hardware For Which The Government Intends To Solicit With Only The Oem And Authorized Distributors Under The Authority Of Far 6.302-1, "only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements."
(this Notice Is Not A Request For Competitive Proposals). Responsible, Interested Parties, However, May Identify Their Interest By Submitting A Capabilities Statement. The Government Will Consider All Information Received Prior To The Closing Date Of This Notice. A Determination By The Government Not To Compete This Procurement Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. The Government Will Not Pay For Any Responses Received. There Are No Commitments By The Government To Issue Any Solicitations, Make An Award Or Awards, Or To Be Responsible For Any Monies Expended By Any Interested Parties Before Award Of A Contract For The Efforts Mentioned Above. Information Provided Herein Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. No Telephone Responses Will Be Accepted. For Information, Contact Duane Hines Via E-mail Duane.m.hines.civ@us.navy.mil.
Closing Soon21 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Please See Attached Solicitation For Requirements & Specifications, Applicable Clauses & Provisions, Shipping And Invoicing Information.
pleases Submit Quotes To My Email.
Closing Soon18 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Boa Order: The Naics Code Is 332994. Under Basic Ordering Agreement (boa) N00174-23-g-0003, Naval Surface Warfare Center, Indian Head Division - Picatinny Detachment (nswc Ihd), Indian Head, Md, Intends To Issue A Firm Fixed Price (ffp) Order On A Sole Source Basis To Msi-defence Systems Us Llc (msi-ds) (7xrr8), 1298 Galleria Blvd., Rock Hill, Sc 29730-6671. The Contractor Shallprovide All Necessary Material And Services Required To Manufacture, Assemble, Inspect, Preserve, Package, And Ship The Deliverables Outlined In Statement Of Work25-0003-0001-03. Msi-ds Is The Only Known Company With The Requisite Technical Qualifications And Facilities To Perform This Work Within The Required Timeframe. Inquiries May Be Directed To Katy Gates, Nswc Ihd (katy.m.gates.civ@us.navy.mil), Bldg 841, Code 0221, Indian Head, Md 20640. This Synopsis Is For Informational Purposes Only. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302.
Closing Date30 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Notice Of Intent To Sole Source Technical Support, Maintenance, Training, And Component Upgrades For The 3dmd Temporal 10 Hz 3dmd 18.t Full Body Dynamic High Resolution Scanner
Closing Date24 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Fms Repair Of 1 Unit Of 011644297
Closing Date15 May 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Request For Information/synopsis - Submarine High Data Rate (subhdr) Ln-100 Mast Motion Sensor (mms) Repair, Restoration And Replacement Services
Closing Date29 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
1680 - Procurement Of Nsn 1680 015855368; P/n 30210-1
Closing Soon22 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Please See Attached Combined Solicitation & Redacted J&a.
Closing Date14 May 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Annual Software Subscription For Hardwarewall Software
Closing Soon18 Apr 2025
Tender AmountRefer Documents
11-20 of 2245 active Tenders