Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Others
United States
Synopsis For The Repair Of Nsn: 7rh 7025-01-672-6192 Qe | Pn:538001-1 | Qty: 32
Closing Date15 Nov 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Combined Synopsis/solicitation #: N0017825rc604
submitted By: Lee Ann Mizelle
naics Code: 334310
fsc/psc Code: 6710
anticipated Date To Be Published In Sam.gov: 20/nov/2024
anticipated Closing Date: 02/dec/2024
contracts Poc Name: Lee Ann Mizelle
telephone#: (540) 742-8050
email Address: Lee.a.mizelle.civ@us.navy.mil
code And Description: Group 67 Photographic Equipment
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 N0017825rc604 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 To Vision Research, Inc For The Following Manufactured Products: Phantom T4040 (p/n: Vri-t4040-256g-mag-c); Kit, Lens Mount, Canon Ef-mount (p/n: Vri-mnt-tseries-eos); Kit, Case, Carry W/ Wheels And Custom Foam (p/n: Vri-case-tseries); Kit, Cinestation Iv Plus 2x 8tb Cinemag (p/n: Vri-csiv-cm5e-2x8tb); Phantom Cinestation Iv (p/n: Vri-cinestation-iv); Kit, Phantom Network Controller (p/n: Vri-plnc-hp-zbg10-2tb-taa); Network Converter (p/n: Vri-10g-tb3-con) Vision Research, Inc Is Located In Wayne, Nj.
the Required Cameras Are Direct Replacements For Outdated Cameras. The Phantom T-4040 Is Required To Meet The Form, Fit, And Function Of The Previous Model Types. The Introduction Of Any Other Manufacturer’s Hardware Would Require Re-work And Re-testing Over The Course Of 8-months. The Required Acquisition Systems Are Exclusive To Vision Research, Inc.
please Include Shipping/freight Cost For Fob Destination Dahlgren, Va 22448-5110. 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.
proposal Is Due 02 December 2024, No Later Than 05:00 P.m. Est With An Anticipated Award Date By 02 January 2025. Questions And Responses Regarding This Synopsis/solicitation May Be Submitted By E-mail To Lee.a.mizelle.civ@us.navy.mil Prior To The Rfp Closing. Please Be Sure To Include Synopsis/solicitation Number N0017825rc604 In The Subject Line.
attachments –
-sf1449: Solicitation For Commercial Items
-requirements List
-j&a (redacted)
Closing Date2 Dec 2025
Tender AmountUSD 284.6 K
This is an estimated amount, exact amount may vary.

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
Naval Sea Systems Command (navsea), Norfolk Naval Shipyard (nnsy), Code 410 Intends To Award A Firm-fixed-price Contract For The Support Service To Provide Advertising Services In Support Of Nnsy Job Fair Utilizing Policies And Procedures Outlined In Far Part 12 Entitled “acquisition Of Commercial Items” And Far Subpart 13.5 Entitled “simplified Procedures For Certain Commercial Items.” This Requirement Will Include Services To Provide Tv And Radio Advertising Services In Accordance With The Statement Of Work.
this Requirement Will Be Solicited As 100% Total Small Business Set-aside. The Naics Code Applicable To This Procurement Is 541810.
a Solicitation Is Not Yet Available But Is Anticipated To Be Posted On Or Around 12/3/2025.
Closing Date13 Dec 2025
Tender AmountUSD 58.6 K
This is an estimated amount, exact amount may vary.

DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Repair Of The Nsi Laser Mill Cutting System
Closing Date30 Dec 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Job Fair Rental Space Norfolk Naval Shipyard
Closing Date14 Nov 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Civil Works Others
United States
Ir Demo Package Fy24 Marine Corps Base Camp Lejeune
Closing Date13 Dec 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Nuwc Division Keyport Industry Engagement - Wednesday With The Deputy For Small Business
Closing Date17 Dec 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Intent To Sole Source Leslie Valves
Closing Date29 Oct 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Software and IT Solutions...+1Machinery and Tools
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01 Effective: 11/12/2024
this Is A Full And Open Competitive Announcement In Accordance With 19.502-2 (a) On A Firm-firm Fixed-price (ffp) Basis.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541512,
the Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is Da01.
the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase; Jira Service Management
all Interested Companies Shall Provide Quotations For The Following:
see The Attached Continuations Sheets.
supplies: Brand Name Only - Authorized Atlassian Oem Resellers Only.
quotes For Equivalent Items Will Not Be Considered. Submit Authorized Oem Reseller Letter With Quote.
software/hardware/services:
this Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The Manufacturer's Warranty.
• Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized Dealer, An Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions
• Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An Authorized Distributor For The Specific Items Being Procured.
note: Maintenance Renewals - The Performance Period For Maintenance Renewals, (software Licenses, Services, Etc.), Must Begin On Or After The Date Of Contract Award. The Performance Period Cannot Be Back Dated. If Reinstatement Fees Are Required, They Must Be Listed On Separate Line Items.
delivery Address:
u.s. Naval Research Laboratory
4555 Overlook Avenue, S.w.
bldg. 49 – Shipping/receiving
code 3400
washington, Dc 20375
**fob Destination Is The Preferred Method**
estimated Delivery Time: __________________
for Fob Orgin, Please Provide The Following Information:
fob Shipping Point: _______________________
estimated Shipping Charge: _________________
dimensions Of Package(s): ____________________
shipping Weight: __________________________
submission Instructions:
all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote.
include Your Company Uei Number And Cage Code On Your Quote.
all Quotations Shall Be Sent Via E-mail.
government Point Of Contact
purchasing Agent Name: Cheryl Benthall
tel: 202 923 1504
email: Cheryl.l.benthall.civ@us.navy.mil
please Reference This Combined Synopsis/solicitation Number On Your Correspondence And In The "subject" Line Of Your Email.
all Questions Regarding The Solicitation Shall Be Submitted Via Email.
system For Award Management (sam). The Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be Made Without Discussions Or Negotiations, Therefore Prospective Contractors Shall Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation.
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, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers:
lowest Price Technically Acceptable - Offers Will Be Ranked Lowest To Highest According To Price. A Price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single Award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers, Will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance With The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable). If The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair And Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be Made Based On The Lowest Price Offer(s). If The Lowest Price Offer Is Determined Technically Unacceptable, Another Analysis Will Be Conducted Amongst The Remaining Offers To Determine If A Single Or Multiple Awards Will Provide The Lowest Price. The Lowest Price Offer(s) Will Be Sent For Technical Evaluation. This Process Is Repeated In Order Of Price Until An Offer Or Combination Of Offers Is Deemed Technically Acceptable And Price Is Determined Fair And Reasonable.
table A-1. Technical Acceptable/unacceptable Ratings:
rating
description
acceptable
quote Meets All The Minimum Requirements/specifications As Stated Or Provided In The Rfq Specifications.
unacceptable
quote Does Not Clearly Meet The Minimum Requirements/specifications As Stated Or Provided In The Rfq Specifications.
options. When Applicable, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).
terms And Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
exceptions. Quoter Shall List Exception(s) And Rationale For The Exception(s).
submission Shall Be Received Not Later Than The Response Date Listed Above. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). E-mailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Fax Or E-mail.
Closing Date27 Nov 2025
Tender AmountRefer Documents
21-30 of 99 active Tenders