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
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Combined Synopsis/solicitation #: N0017825p6640 submitted By: Sharon Lathroum naics Code: 334513 fsc/psc Code: 5860 anticipated Date To Be Published In Sam.gov: 07 January 2025 anticipated Closing Date: 10 January 2025 contracts Poc Name: Sharon Lathroum email Address: Sharon.lathroum@us.navy.mil code And Description: 5860 - Stimulated Coherent Radiation Devices, 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 N0017825p6640 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 Following Products Manufactured By Faro Technologies, Inc: The Offeror Shall Ensure They Can Provide The Requirements Listed In The Attached Requirements List: description part Number qty faro Focus Premium Laser Scanner ls9-pu-taa 1 focus Premium Complete Care sv2-scn-y2 1 mandatory Uid Code (label) 14567 1 panocam Mount High Speed Color Add-on Mount accs-0016 1 high Resolution Panorama Camera accss8063 1 focus Battery Power Block Power Block Battery accs-pwr-0014 1 3d_ac_ls_standard Carbon Fiber Tripod. accss8032 1 laser Scanner T3d Premium M Kit accss0285 1 the Required Faro Focus Premium Is Designed To Integrate With Continuous Integration And Delivery Tools. It Provides High Resolution Baseline Drawings Integrating Modernization On Baseline Ship Checks And Installations. The Required Hardware Is Exclusive To Faro Technologies, Inc. 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 11 January 2025, No Later Than 12:00 P.m. Est With An Anticipated Award Date By 11 February 2025. Questions And Responses Regarding This Synopsis/solicitation May Be Submitted By E-mail To Sharon.lathroum@us.navy.mil To The Rfq Closing. Please Be Sure To Include Synopsis/solicitation Number N0017825p6640 In The Subject Line. attachments – -sf1449: Solicitation For Commercial Items

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Contact Information|4|n713.21|gng|717-605-1307|mikhail.a.malykh.civ@us.navy.mil| 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||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|tbd|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| annual Representations And Certifications (may 2024)|13|333995|800|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. - Unit Price:__________ Firm - Total Price:__________ Firm - Procurement Turnaround Time (ptat) :__________ - Awardee Cage: __________ - Inspection & Acceptance Cage, If Not At Source:__________ - Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________ important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is Authorized An Authorized Distributor Of Their Items. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Thyristor . 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. 3. Requirements 3.1 Cage Code/reference Number Items - The Thyristor Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;4dsj9 Vdm25000-emam-1r2048-a10; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 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 Navicp-mech Contracting Officer Has 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, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement 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 Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. 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 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. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days 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 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. 6.3 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.

DEPT OF THE NAVY USA Tender

Electronics Equipment...+1Electrical and Electronics
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
National Instruments I/o Electronics Boards

DEPT OF THE NAVY USA Tender

Software and IT Solutions...+1Aerospace and Defence
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Unmanned Surface Vessels - Assured Positioning, Navigation & Timing (a-pnt)

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Solicitation N00421-25-q-0078 Is Issued As A Combined Synopsis/solicitation. The Government Intends To Purchase On A Firm Fixed-price Basis And To Solicit And Negotiate The Proposed Purchase Order On Sole Source Basis With Camco Ne, Llc Under The Authority Of Far Part 12 And Far Part 13. Offerors Must Be Registered In The System For Award Management (https://www.sam.gov/sam/)database Prior To Submission Of An Offer To Be Considered For Award Of Any Dod Contract. see Attached Rfq interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received By 1600 (est) On 1/10/2025 Will Be Considered By The Government. A Determination By The Government Not To Compete This Proposed Contract Based Upon The Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered For The Purpose Of Determining Whether To Conduct A Competitive Procurement. The Government Will Not Pay For Any Information Received. For Information Contact: Gabrielle Mckee, Gabrielle.l.mckee2.civ@us.navy.mil. please Provide The Following Information With Your Response. (1) Fob: ______________________ (2) Shipping Cost: ______________ (3) Tax Id# ____________________ (4) Uei # _____________________ (5) Cage Code: _________ You Must Be Registered In System For Award Management (sam.gov) (6) Business Size: Small Business Yes Or No (7) Gsa Or Sewp Contract # If Applicable: ________________________ (8) Estimated Delivery Time After Issuance Of Purchase Order ____________________ (9) Published Price List. *you Must Submit Signed Documentation Verifying You Are An Authorized Distributor*

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Contact Information|4|n733.05|n00383|215-697-4946|sophia.l.pugh.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| fms Delivery And Shipping Instructions|3|||x| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo||tbd|n00383|tbd|tbd|see Schedule|tbd|see Schedule|||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1,250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||| this Rfq Is For A Fms Spares Requirement. this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
W039 - Sources Sought R212474344410 Questions And Answers

DEPT OF THE NAVY USA Tender

Education And Training Services
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
The Due Date For Responses To This Sources Sought Notice And Submission Of Requests To Meet One-on-one With The Government Is 16:00pm Est On Friday, 10 January 2024. one-on-one Meetings With The Government Will Be Scheduled In The Time Slots Listed On Page 6/7 Of This Sources Sought Notice (second-to-last Paragraph) On Wednesday, 15 January 2025 And Thursday, 16 January 2025 (all Times Are Eastern). disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. purpose this Sources Sought Is Not A Request For Proposal. the Purpose Of This Sources Sought Is To Determine The Interest And Capability Of Potential Offerors To Provide The Required Products And To Assist Determining The Appropriate Acquisition Strategy. responses To This Sources Sought Will Be Utilized To Determine If Any Small Business Set-aside Opportunities Exist. All Small Business Set-aside Categories Will Be Considered. After The Assessment Of The Responses And Any Other Market Research Data, Should This Requirement Not Be Set Aside For Small Business, The Government Intends To Establish A Small Business Participation Goal. introduction the Naval Air Warfare Center Training Systems Division (nawctsd) Is Providing This Sources Sought To Conduct Market Research For The Rrl Fy26 Performance Support Video Factory Effort To Support Sailor Learning At The Point Of Need (pon). anticipated Timeline: estimated Final Request For Proposal (rfp) Release: 3rd Quarter Fy2025 estimated Award: 2nd Quarter Fy2026 estimated Value Is $100 Million Over 5 Years projected Delivery Schedule Will Vary Depending On The Length Of The Performance Support (ps) Requirement. place Of Performance the Anticipated Place Of Performance Is The Contractor’s Facility With Some Travel To Various Government Facilities To Capture Video And Images Of The Subject For The Proposed Performance Support Video. eligibility: the Anticipated Product Service Code (psc) For This Requirement Is 6910. The Anticipated North American Industry Classification System (naics) Code For This Acquisition Is 512110 Which Is For Motion Picture And Video Production, Which Carries A Small Business Size Standard Of $40m. acquisition Approach the Government Anticipates Awarding, On A Competitive Basis In Accordance With Far Part 15 Procedures, A Single Award, Firm, Fixed-price Indefinite Delivery Indefinite Quantity (idiq) Contract To The Offeror Submitting An Acceptable Proposal That Represents The Best Value To The Government All Factors Considered. program Background sailor 2025 Is A Navy-wide Program To Improve And Modernize Personnel Management And Training Systems To More Effectively Recruit, Develop, Manage, Reward And Retain The Force Of Tomorrow. The Focus Is On Empowering Sailors; Updating Policies, Procedures, And Operating Systems; And Providing The Right Training At The Right Time In The Right Way To Ensure Sailors Are Ready For The Fleet. Recruiting, Developing, And Retaining The Right Number Of Sailors With The Right Skills To Man The Force Demands Innovation Built On A Framework Of Three Pillars. They Are: 1) Personnel System Modernization 2) Career Readiness And 3) Ready Relevant Learning. Nawctsd Focuses On The Third Pillar Ready Relevant Learning (rrl). rrl Is A Transformational Navy Training Initiative That Will Accelerate The Learning Of Every Sailor For Faster Response To Our Rapidly Changing Warfighting Requirements. One Goal Of This Initiative Is To Achieve Higher Performance By Coupling The Timing Of Training Delivery With Every Sailor’s Actual On-the-job Need. Rrl Will Ensure Every Sailor Receives Modernized Training Closer To The Pon. in Response To The Rrl Mission, The United States Fleet Forces Command (usffc) Career Long Learning Continuum (cllc) Process Has Generated Courses Of Action (coas) To Close Training Gaps, Enhance Sailor Performance, And Increase Fleet Readiness For Enlisted Ratings, With Eighty Percent Of The Coas Earmarked As Performance Support (ps). rrl Ps Focuses On Enhancing The Sailor’s Ability To Complete A Task And Meet Fleet Objectives. Ps Is Broken Out Into Four Phases: Phase I Consists Of Scoping, Analysis, And Design; Phase Ii Covers The Actual Ps Development. Once The Content Developer Submits Verified/validated Ps Content, Phase Iii Begins – Hosting And Distribution; Phase Iv, Entitled Consumption And Automate Metrics, Occurs Once Sailors Begin Accessing The Ps Content And Generating Automated Metrics About The User Experience. the First Phase Of Ps Content Is Primarily Intended For Individual Enlisted Sailors In Any Operational Environment To Support Performing Job Tasks. The Concept Of Ps Videos That Are Digitally Linked To Program Of Record (por) Sources Is A Relatively New Endeavor For America’s Navy. requirment Description: this Sources Sought Notice Is Related To A New Acquisition For The Ps Video Factory Effort. There Is No Incumbent Contract Or Contractor. the Fy26 Performance Support Video Factory Effort Will Focus On Ps Phases I And Ii. This Effort Will Bring Video Instruction To The Pon In The Fleet, Allowing Sailors To Reference The Correct Procedures For Review Anytime Necessary. This Is The Rrl Philosophy Of “right Place, Right Time, And Right Means.” interested Parties Should Demonstrate Verifiable Success Focusing On All Aspects Of Creating Instructional Videos From Script Writing, Camera And Sound Usage To Provide The Appropriate Effect And Angle For Scenes And Cutting And Editing The Media To Present The Final Package With A Successful Project Management Plan That Include: Compliance With A Tight Program Schedule, And Hiring And Retention Of Personnel And Risk Management. this Effort Is Intended To Procure The Following Ps Content Types: video: Live-action Video Created By Recording A Subtask Or Steps In A Procedures Using Physical Systems Or Equipment In A Lab Or Operational Environment. 3d Models: Animated Videos Created By Rendering The Actions Of A Subtask Or Steps In A Procedure Using A Virtual Model Of Systems Or Equipment In A Simulated Environment. interactive Schematics: Scalable Vector-based Diagrams Of System Elements And Their Operation (e.g., Power, Water, Signal, Electric Flows) Created Based On Por Technical Sources. Such Diagrams May Be Animated As The User Interacts With Them. ps Will Be Delivered In The Form Of A Video In Html5. Each Ps Video Will Be No Longer Than 5-minutes. A Literature Review Of Industry Use And Application Of Ps Yielded That The Optimal Duration Of An Individual Ps Video Is 2-3 Minutes. Ps Will Not Include Any Proprietary Software To Be Viewed, Operated And/or Sustained On Desktop, Laptop Or Mobile Devices. Additional Details Regarding The Requirements Are Available Upon Request. If You Would Like To Receive Copies Of The Ps Developer's Guide And The Ps Technical Compliance Check List, Please Email The Contract Specialist, Ms. Audrey Rolland At Audrey.l.rolland.civ@us.navy.mil And Include Your Company Cage. Upon Verification That Your Company Is A Department Of Defense Contractor, The Files Will Be Provided. special Requirements any Resulting Contract Is Anticipated To Have A Security Classification Level Of Secret. Vendors Shall Have A Facility Clearance Capability And Safeguarding Level Up To The Secret Level. In Phase I The Video Will Be Produced In The Unclassified Environment. submission Details (capabilities Statement) firms That Believe They Can Demonstrate The Capabilities Required To Be Considered For This Opportunity Are Invited To Submit An Electronic Response To The Contract Specialist, Ms. Audrey Rolland At Audrey.l.rolland.civ@us.navy.mil No Later Than 16:00 Est, Friday, 10 January 2025. Electronic Responses Shall Include A Reference To “[enter Your Company’s Name] Response To Fy25 Performance Support Sources Sought Notice” Within The Subject Line Of The E-mail. Please Use This Subject Line Format For Ease Of Internal Configuration Control. Carbon Copy Shall Be Provided To The Procuring Contracting Officer (pco), Mr. David Kors, At David.a.kors.civ@us.navy.mil. No Alternative Submittal Methods Are Requested. Information And Materials Submitted In Response To This Notice Will Not Be Returned. Classified Material Shall Not Be Submitted. The Response Shall Consist Of The Following: a Brief Capabilities Statement Package In Microsoft Word Format (no More Than 15) 8.5x11 Inch Pages (inclusive Of A Cover Page) And Times New Roman Font, No Less Than 10 Point) Shall Be Submitted. The Response To The Questions Listed In Paragraph 4 Below Shall Be Included Within This 15-page Limit. Brevity Of Extraneous Information Is Desired. Responses Should Clearly Describe The Potential Offerors’ Capabilities To Satisfy Requirements And Should Describe Current Capabilities In The Area Of Capabilities-based Video Production, Animation Of 3d Models And/or Interactive Schematics Of The Curricula It Supports With A Successful Project Management Plan That Include: Compliance With A Tight Program Schedule, Cost Containment, And Hiring And Retention Of Personnel And Risk Management. If Available, Please Provide A Copy Or Screenshot(s) Of A Previous Video That Your Company Has Completed. Additionally, Describe Work You Have Done With 3d Modeling Animations That Would Be Similar To Creating An Animation By Rendering The Actions Of A Subtask Or Steps In A Procedure Using A Virtual Model Of Systems Or Equipment In A Simulated Environment. Summaries Shall Identify, At A Minimum, Company Name, Business Size And Small Business Category, Cage Code, And Naics. business Description: company Name, Company Address And Points-of-contact (poc) Including Full Name, Phone Number, Fax Number, And Email Address. company Business Size Under The Size Standard Associated With The Assigned Naics Code (512110, $40m). Respondents To This Notice Must Also Indicate Whether They Are A Large Business Or Qualify As A Small, Small Disadvantaged, Service-disabled Veteran-owned Small Business, Women-owned Small Business, 8(a), Or Hubzone Small Business Concern. Identify Any Certifications. If Your Company Is In The 8(a) Program, Provide Graduation Date. state Your Company’s Intention To Be A Prime Or Subcontractor For This Effort. for Small Businesses: If You Are A Small Business Interested In Being The Prime Contractor For This Effort, Please Be Advised That The Far 52.219-14 “limitations On Subcontracting” Class Deviation 2021-o0008, Revision 1, Is Now In Effect Which Includes The Definition Of “similarly Situated Entity” And Provides A Methodology For The 50% Calculation For Compliance With The Clause. Small Business Primes May Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of Class Deviation 2021-o0008, Revision 1 - Limitations On Subcontracting For Small Business, Dated 15 February 2023, At [https://www.acq.osd.mil/dpap/policy/policyvault/usa000277-23-dpc.pdf]. To Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In The Ssn In Order To Assist The Government’s Capability Determination. for Firms Potentially Interested In Proposing To The Fy26 Performance Support Effort, Please Respond To The Following Questions. has Your Company Ever Performed As A Prime Contractor (or Subcontractor Of Dollar Value Close The Estimates Given Above) For A Video Production? if Answer To Question A Is Yes, Please Provide One Contract Reference Including The Contract Number, A Statement Of Work (sow), Number Of Subcontractors Managed, If Any, And Contract Document Indicating The Number Media Files That Were Developed So That Government Can Validate. Responses Should Address Required Capabilities Outlined Above. explain How Your Company Developed An Executable Schedule To Meet The Contract Requirements. did Your Company Experience Any Challenges And How Were They Resolved To Not Repeat Moving Forward On Future Contracts? describe Your Company’s Experience With Creating An Interactive Schematic – Scalable Vector-based Graphics Of System Elements And Their Operation (e.g., Power, Water, Signal, Electrical Flows) Created Based On Technical Source Material. Such Graphics May Be Animated As The User Interacts With Them. does Your Company Have Resources Available Such As Corporate Management And Currently Employed Personnel To Be Assigned To Tasks Under This Effort To Include Professional Qualifications, Specific Experience Of Such Personnel, And The Ability To Have Personnel Located Where Required? Please Explain. has Your Company Ever Developed Courseware To Xapi Specification Compliance? If Yes, Explain How You Integrated Multiple Delivery Systems/environments To Meet Xapi Specification Compliance. describe Your Company’s Experience In Design, Development, And Delivery Of 3d Animations And Interactive Schematics Via Mobile Devices. how Quickly Can Your Company Hire The Appropriate Personnel Or Enter Into Teaming Arrangements Accordingly Shortly After Contract Award, And What Is The Average Turnover? the Government Is Interested In Conducting One-on-one Meetings With Interested Industry Partners Who Submit Timely Responses To This Sources Sought Notice. Interested Industry Partners Shall Indicate Their Interest In Meeting With The Government On The 15th Or 16th Of January 2025 To Audrey.l.rolland.civ@us.navy.mil With A Carbon Copy To David.a.kors.civ@us.navy.mil. In The Written Submission, Please Provide The Names And E-mail Addresses Of The Individuals Who Will Be Participating In The One-on-one Meetings So The Government Can Properly Distribute The Meeting Makers. one-on-one Meetings With The Government Will Be Scheduled In The Time Slots Listed Below On Wednesday, 15 January 2025 And Thursday, 16 January 2025 (all Times Are Eastern). Meetings Will Be Held Virtually, Via Microsoft Teams. Each Respondent Who Requests A One-on-one Meeting Shall Provide The Government With Three (3) Preferred Time Slots, And The Government Will Do Its Best To Accommodate One Of The Preferred Time Slots On A First-come, First-served Basis. wednesday, 15 January time Slot A: 9:00am – 9:30am time Slot B: 10:00am – 10:30am time Slot C: 11:00am – 11:30am time Slot D: 1:00pm – 1:30pm time Slot E: 2:00pm – 2:30pm time Slot F: 3:00pm – 3:30pm time Slot G: 4:00pm – 4:30pm thursday, 16 January time Slot H: 9:00am – 9:30am time Slot I: 10:00am – 10:30am time Slot J: 11:00am – 11:30am time Slot K: 12:00pm – 12:30pm time Slot L: 1:00pm – 1:30pm time Slot M 2:00pm – 2:30pm time Slot N 3:00pm – 3:30pm time Slot O: 4:00pm – 4:30pm

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Contact Information|4|n791.13|lpd|215.697.3528|destiny.n.wiatr.civ@us.navy.mil| commercial Item Procurement Notice - Award|4||||| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report ||tbd|n00383|tbd |tbd|see Schedule |tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (nov 2024))|83|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (nov 2024))|15|||||||||||||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| this Solicitation For A Spares Procurement Of A Commercial Off The Shelf(cots) Item For The P8 Aircraft. this Solicitation Will Be Using Competitive Procedures. this Requirement Will Be Awarded To The Offeror With The Lowest Price Technically Acceptable (lpta) Submitted Via Quote. the Quotes May Be Emailed To The Below Address And Must Be Received By 04:30pm Est On The Closing Date, Listed In Block 10 On Page 1 Of This Solicitation. offers Received After The Closing Date Are Considered To Be Late And Will Notbe Considered For Award. the Government Intends To Make A Single Award To The Eligible, Responsible, Technically Acceptable And Responsible Offeror Whose Offer, Conforming To Thesolicitation, Represents Best Value To The Government. The Offerors Proposalshall Be In The Form Prescribed By, And Shall Contain A Response To Each Of Theareas Identified In The Section L Solicitation Provision Entitled "submission Of Offers For Lowest Priced, Technically Acceptable Offers". Only Those Proposalsprepared In Accordance With The Solicitation Will Be evaluated. Award Will Be Made On The Basis Of The Lowest Evaluated Price Of Proposals Meeting Or Exceeding Administrative Costs, It Is In The Governments Best Interest To Do So. The Government Will First Evaluate The Non-price Go/no Go Factors. The Non-price evaluation Factor Is Past Performance. The Non-price Factors Will Berated As Either Acceptable Or Unacceptable Based On The Solicitation Criteria.the Contractor Must Achieve An Acceptable Rating In Past Performance Or It Will Be Removed From Competition. this Requirement Can Only Be Procured From Original Equipment Manufacturer (oem), Aircraft Prime, Or Suppliers Who Provide Federal Aviation Administration(faa)-certified Parts Which Possess An Faa Authorized Released Certificate, Faa Form 8130-3 Airworthy Approval Tag. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered Tobe "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Suchas Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. \

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a|||||| transportation Of Supplies By Sea (oct 2024)|2||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| annual Representations And Certifications (may 2024)|13|339991|600|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| due Date Is Extended To 10 Jan 2025. All Other Terms And Conditions Remain The Same. a Material Irpod Is Available At The Bpmi Site. Vendor Review Of The Irpod Is Mandatory. unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. Please Specify (if Other Than 60 Days) ______________ Days. If You Are Submitting Your Quote Via Email Or Neco, Please Specify The number Of Days Pricing Is Valid. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein. \ 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 2. Applicable Documents 2.1 Applicable Documents; technical Documents Associated To This Solicitation Or Award Such As; Irpod, Drawings,technical Data, Strs, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At The Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To the Award. this Website Requires A Password And Pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 2.2 Not Releasable To Foreign Nationals (noforn) Distribution Statement - Drawings, Specification, Or Related Technical Documents As Cited In The Irpod Are Subject To Special Export Controls And Each Transmittal To Foreign Govern Ments Or Foreign Nationals May be Made Only With Prior Approval Of The Naval Sea Systems Command. 3. Requirements 3.1 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 The Quality Assurance Requirements Are Located In The Individual Repair Part Ordering Data (irpod). the Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. 6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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 6 (six) Separate 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. 6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. the Packaging Label Shall Be Marked With The Nomenclature Cited On The Irpod. date Of First Submission=eoc submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock number And Item Nomenclature Specified In The Schedule Of Supply/services. di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev). date Of First Submission=eoc submit At Time Of Material Delivery, A Cure Date Certificate Iaw Di-misc-81318 To Navsup-wss Code N9433. a Separate Certificate Will Be Prepared And Submitted For Each Unique Combination Of Contract Number, National Stock Number, And Item Nomenclature Specified In The Schedule Of Supplies/services. di-misc-a81318 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control Number - Certification Package To Be Iaw Did Di-misc-81318(latest Rev).
1491-1500 of 2346 archived Tenders