Tenders of Dept Of The Navy Usa

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
H Department - Printed Circuit Boards And Bare Printed Circuit Boards, Electrical And Electronic Assemblies, Cards, And Associated Hardware
Closing Date13 Aug 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Software and IT Solutions
United States
Tcs Ms Increment Ii Request For Information
Closing Date19 Feb 2028
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
This Publication Constitutes A Broad Agency Announcement (baa) As Contemplated In Federal Acquisition Regulation (far) 6.102(d)(2) And 35.016, The Department Of Defense Grants And Agreements Regulations (dodgars) 22.315(a).this Open Baa Is For Aerospace Science Research With Focuses On Weapons And Aerospace Technologies Which Directly Support Naval Science And Technology Requirements For Joint Strike Warfare Involving Air Superiority And Precision Attack, And Air And Surface Battle Space Requirements Of Joint Littoral Aircraft Involving Aircraft, Naval Surface Fire Support And Ship Self-defense.a Formal Request For Proposals (rfp), Solicitation, And Additional Information Regarding This Announcement Will Not Be Issued.the Naval Air Weapons Center, Weapons Division (nawcwd) Will Not Issue Paper Copies Of This Announcement. Nawcwd Reserves The Right To Select For Award All Some Or None Of The Proposals In Response To This Announcement. Nawcwd Provides No Funding For Direct Reimbursement Of Proposal Development Costs. Technical And Cost Proposals (or Any Other Material) Submitted In Response To This Baa Will Not Be Returned. It Is The Policy Of Nawcwd To Treat All Proposals As Sensitive Competitive Information And To Disclose Their Contents Only For The Purposes Of Evaluation By The Government.specific Details Regarding The Baa Are Provided In Attachment 1.
Closing Date31 Oct 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Email Questions To: Lorraine.m.small@navy.mil sole Source this Acquisition Will Be Negotiated On A Sole Source With Aircraft Appliances And Equipment Limited / Trident Maritime Systems, Per Far 6.302-1 Utilizing Far Parts 12 And 13, Commercial And Simplified Acquisition Procedure. authorized Distributors May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals Prior To The Offer Due Date, Which Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. A Determination Not To Compete This Action Based Upon Responses Received To This Notice Is Solely Within The Discretion Of The Government. award Of Firm-fixed Price Supply Type Contract Is Anticipated. the Required Delivery Date Is 30 Days Aro. prospective Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation From The Sam.gov Website And For Frequently Monitoring The Site For Any Amendments. The Government Is Not Responsible For Any Inability Of The Offeror To Access The Posted Documents.
Closing Date12 Dec 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Otps Phase 2 - Next Generation Jammer (ngj)
Closing Date17 Jul 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Scraps
United States
Invitation To Bid For Non Ferrous Metals (gaylords/pallets) At Naval Base San Diego
Closing Date16 Dec 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|iso9001| inspection Of Supplies--fixed-price (aug 1996)|2||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| small Business Subcontracting Plan (jan 2025)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| critical Safety Item (aug 2011)|4|all Items In The Schedule.|||| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| list Of Solicitation Attachments|5|x|2|x||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (mar 2025)(deviation 2025-o0003 And2025-o0004))|13|334412|750 Employees|||||||||||| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021))|7||||x|email||| type Of Contract (apr 1984)|1|firm Fixed Price| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1|| offerors Shall Submit Proposals Via Neco Or Email Only. The Government's Required Delivery Date Is: January 1 2027. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Electronic Componen . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. document Ref Data=mil-std-129 | | |r |190927|a| |02| document Ref Data=iso9001 | | | |150915|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Electronic Componen Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 5943065; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Spcc Contracting Officer Has Been Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer will Be Acceptable For Government Evaluation. When Notifying The Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To mil-i-45208 Are Granted Permission To Utilize Mil-i-45208 If Desired.; 4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date24 Jul 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Combined Synopsis/solicitation #: N0017825q6620 submitted By: Susan Madison naics Code: 334515 fsc/psc Code: 6650 anticipated Date To Be Published In Sam.gov: 06 November 2024 anticipated Closing Date: 15 November 2024 contracts Poc Name: Susan Madison telephone#: (540) 613-3296 email Address: Susan.h.madison.civ@us.navy.mil code And Description: 6650 – Optical Instruments Test Equipment, Components And Accessories 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; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. synopsis/solicitation N0017825q6620 Is Issued As A Request For Quotation (rfq). The Synopsis/solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through The Federal Acquisition Regulation As Indicated In The Attached Sf1449. The Sf1449 Form Is Being Utilized To Generate The Applicable Clauses From The Standard Procurement System. this Requirement Is Not Eligible For Small Business Set-aside. material Must Be Taa Compliant. the Naval Surface Warfare Center Dahlgren Division (nswcdd) Intends To Award On A Sole Source Basis For The Below Reflectometer With The Noted Options And Services Manufactured By Ultra Fast Innovations In Accordance With The Attached Statement Of Work (sow). Ultra Fast Innovations Is Located In Garching, Germany. quantity Item Description 1 Glacier-c 640-1100/1200-2000 Ultrafast Innovations Precision Cavity Ringdown Reflectometer. Output Spectrum 640-1100 Nm And 1200-2000 Nm. 99.995% Reflectance Measurement At 1080 Nm And 99.999% Reflectance Measurement At 640 Nm And 1645 Nm. 5-45 Degrees Angles Of I Incidence. 1 2” Reflectance Custom Sample Holder Additional Mount For 2” Optics 1 1” Transmission Rotation Custom Sample Holder Additional Rotational Mount For 1” Optics 1 1064 Nm Suppression Filter Filter To Suppress Pump Wavelength the Contractor Shall Unpack, Install, And Qualify The System At The Nswcdd Location In Accordance With 3.2 Of The Sow. the Contractor Shall Provide One Full Day Of Installation And On-site Instrument Instruction In Accordance With 3.3 Of The Sow. the Contractor Shall Provide Training On Software And Use Of The System After The Installation Is Complete In Accordance With 3.3.1 Of The Attached Sow. the Contractor Shall Coordinate With The Technical Point Of Contact (tpoc) Identified Below To Complete This Work After Issuance Of The Purchase Order In Accordance With 3.4 Of The Sow. all Travel Cost Shall Be In Accordance With The Joint Travel Regulations And Shall Be Provided On A Separate Clin. The Offeror Shall Ensure They Can Provide The Reflectometer And Services Outlined In The Sow. ultra Fast Innovations Is The Only Commercial System Meets Requirements Of Measuring Losses Of 5-1000 Parts Per Million, And For Wavelength Operation And Tuning Which Are 640-1100nm And 1200-2000nm Using A Supercontinuum Source. Ultrafast Innovations Owns The Patent For Using A Supercontinuum Source For Cavity Ring Down Measurements, Us 11,821,840 B2. please Include Shipping/freight Cost To Dahlgren, Va 22448-5114. Simplified Acquisition Procedures (sap) Will Be Utilized For Award In Accordance With Far Part 13. The Order Shall Be Firm Fixed Price. all Responsible Offerors Must Submit, With Its Offer, The Representation Required In Paragraph (c) Of Far Solicitation Provision 52.212-3. Offerors Must Complete The Following Representations When The Resulting Contract Is For Supplies To Be Delivered Or Services To Be Performed In The United States Or Its Outlying Areas, Or When The Contracting Officer Has Applied Far Part 19. All Offerors May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By The Agency. The Completion And Submission To The Government Of An Offer Shall Indicate The Offeror’s Unconditional Agreement To The Terms And Conditions In This Solicitation. Offers May Be Rejected If An Exception To The Terms Or Conditions Set Forth In This Solicitation Is Taken. at Time Of Proposal Submission Please Submit Any Historical Data And Published Pricing. Award Will Be Made Based On Lowest Price Technically Acceptable. in Order To Be Eligible For Award, Firms Must Be Registered In The System For Award Management (sam). Offerors May Obtain Information On Registration In Sam By Calling 866-606-8220, Or Via The Internet At Https://www.sam.gov. quote Is Due 15 November, No Later Than 12:00 P.m. Est With An Anticipated Award Date By 3 December 2024. Questions And Responses Regarding This Synopsis/solicitation May Be Submitted By E-mail To Susan.h.madison.civ@us.navy.mil To The Rfq Closing. Please Be Sure To Include Synopsis/solicitation Number N0017825q6620 In The Subject Line. attachments – -sf1449: Solicitation For Commercial Items - Sow
Closing Date15 Nov 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Amendment To Include Redacted Sole Source Justification. All Other Terms Remain Unchanged. the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Intends To Award An Indefinite Delivery, Indefinite Quantity (idiq) With Firm Fixed Price Provisions. The Anticpated Ceiling Is $210,000, And Anticipated Period Of Performance Is Date Of Award Through 3 Years Thereafter. An Award Will Be Made On A Sole Source Basis To Mooring Systems. the Notice Of Intent Is Not A Request For Competitive Proposals. A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered For The Purposes Of Determining Whether To Conduct A Competitive Requirement In The Future.
Closing Date12 Dec 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Solid Waste Management
United States
Dumpster Manure Services
Closing Date2 Dec 2025
Tender AmountRefer Documents 
21-30 of 119 active Tenders