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 Date31 Jan 2025
Tender AmountRefer Documents
Amendment 0002 - This Amendment Answers Questions From Industry. No Other Aspects Of This Solicitation Have Been Changed. q1 -could You Please Confirm Mil Spec Mil-dtl-24643d Is Applicable To These Requirements. a1 - Yes, Milspec Mil-dtl-24643d Is The Spec That Applies To Testing. amendment 0001 - This Amendment Answers Questions From Industry And Extends The Closing Date From 01/21/25 To 01/31/25. No Other Aspects Of This Solicitation Have Been Changed. q1 -is This A Formal Solicitation (i.e. Section L, Page Count, Etc)? a1 - No. Per Far 13.106-2(b)(1), The Evaluation Procedures Laid Out Within This Solicitation Are The Only Evaluation Procedures Established By The Contracting Officer. ------------------- this Is A Combined Synopsis And Solicitation For Commercial Items Prepared In Accordance With Format In 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 And Quotes Are Being Requested. In Accordance With Far 5.203(a)(2) This Solicitation Will Be Posted For Less Than Fifteen (15) Days. request For Quotation (rfq) Number Is N6660425q0045. This Requirement Is Being Solicited As 100% Small Business Set-aside. The North American Industry Classification System (naics) Code For This Acquisition Is 541330 – Engineering Services. The Small Business Size Standard Is $25.5 Million. The Product Supply Code (psc) Is 6635 - Physical Properties Testing & Inspection. the Naval Undersea Warfare Center Division Newport (nuwcdivnpt) Intends To Award A Firm Fixed Price (ffp) Purchase Order For Cable Testing In Accordance With (iaw) The Attached Statement Of Work (sow). for The Purposes Of Quoting This Opportunity, The Contract Line Item Number (clin) Structure Is As Follows: clin 0001 – Mil-dtl-24643 (see Attachment 2) Compliance Testing Services For Cables To Be Provided By The Government (see Attachment 3) Iaw Sow (see Attachment 1) Qty 1 Job clin 0002 – Data In Accordance With Exhibit A Contract Data Requirements List (see Attachment 4) Qty 1 Lot – Not Separately Priced (nsp) fob Destination: Newport, Ri delivery Date: Please Quote Best Delivery Date/lead Time After Receiving The Cables From The Government the Government Intends To Award A Single Ffp Purchase Order To The Eligible And Responsible Offeror On A Lowest Price Technically Acceptable Basis. To Be Considered Technically Acceptable The Quote Must: 1. Quote Exact Parts, Quantities And Terms Specified. 2. The Government Will Consider Past Performance Information Whereby Negative Information Within Supplier Performance Risk System (sprs) May Render A Quote Being Deemed Technically Unacceptable 3. Offerors Shall Provide Information And Documentation In Detail To Clearly Identify Its Overall Qualifications To Perform This Type Of Work. additional Terms 1. Contractor Must Have An Active Registration In Sam At The Time Of Quote Submission. 2. Quote Must Be Valid For 60 Days. 3. The Government’s Method Of Payment Is Government Purchase Card (mastercard) But If A Credit Card Fee Applies Payment Will Be Electronic Payment Via Wide Area Workflow (wawf). Please Specify On Quote Whether Credit Card Is Acceptable And If There Is A Fee. 4. Incorporated Provisions And Clauses Are Those In Effect Through The Latest Federal Acquisition Circular (fac). Full Text Of Incorporated Far/dfars Clauses And Provisions May Be Accessed Electronically At Https://acquisition.gov. 5. Offeror Shall Include Item Prices, Shipping Costs, Delivery Terms, And The Following Additional Information With The Submissions: Point Of Contact (including Phone Number And Email Address), Contractor Cage Code, And Contractor Sam Unique Entity Id. 6. Quotes Shall Be Submitted Electronically Via Email To Michelle Weigert At Michelle.e.weigert.civ@us.navy.mil And Must Be Received On Or Before January 31, 2025 At 02:00 Pm Eastern Standard Time (edt). Quotes Received After This Date Are Late And May Not Be Considered For Award. For Questions Regarding This Acquisition, Please Contact Michelle Weigert At Michelle.e.weigert.civ@us.navy.mil. incorporated Provisions And Clauses Are Those In Effect Through The Most Current Federal Acquisition Circular (fac). The Following Provisions And Clauses Apply To This Solicitation: far 52.204-13 System For Award Management Maintenance far 52.204-19, Incorporation By Reference Of Representations And Certifications far 52.204-21 Basic Safeguarding Of Covered Contractor Information Systems far 52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment far 52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations far 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or Felony Under Any Federal law 52.212-1, Instructions To Offerors--commercial Item 52.212-2, Evaluation – Commercial Items 52.212-3, Offeror Representations And Certifications – Commercial Items far 52.212-4, Contract Terms And Conditions – Commercial Items far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial items far 52.232-39 Unenforceability Of Unauthorized Obligations far 52.233-1 Disputes far 52.233-3 Protest After Award 52.240-1 Prohibition On Unmanned Aircraft Systems Manufactured Or Assembled By American Security Drone Act-covered Foreign Entities. far 52.243-1 Changes--fixed Price far 52.249-8 Default (fixed-price Supply & Service) *the Additional Following Far Clauses Cited In 52.212-5 Are Applicable To The Acquisition: 52.222-3, Convict Labor (jun 2003); 52.222-19, Child Labor—cooperation With Authorities And Remedies (jan 2020) (cd 2020-o0019); 52.222-21, Prohibition Of Segregated Facilities (apr 2015) 52.222-26, Equal Opportunity (sep 2016); 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020); 52.222-50, Combating Trafficking In Persons (oct 2020); 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving (jun 2020); the Following Defense Federal Acquisition Regulations Supplement (dfars) Provisions And Clauses Also Apply To This Solicitation: 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7009 Limitations On The Use Or Disclosure Of Third- Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support 252.204-7024 Notice On The Use Of The Supplier Performance Risk System 252.211-7003 Item Unique Identification And Valuation 252.232-7010 Levies On Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Products Or Commercial Services 252.246-7008 Sources Of Electronic Parts 252.247-7023 Transportation Of Supplies By Sea
DEPT OF THE NAVY USA Tender
Others...+1Electrical and Electronics
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
3655 - Refurbishment Of Quantity 32 Ea, Oxygen Generator Cells Eog
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Metal Parts (multiple) & Mk 14 Tanks
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Naval Information Warfare Center (niwc) Atlantic Intends To Award A Firm Fixed Price Purchase Order To Southwest Research Institute (swri), 6220 Culebra Road, San Antonio, Tx 78236-5186. The Government Has A Requirement For The Repairs Of As-140 Antennas (quantity 16). The Applicable Naics Code Is 811210, Psc 8112. This Action Is Conducted Under The Authority Of Far 13.106(b)(l)(i), Soliciting From A Single Source Under The Simplified Acquisition Threshold (sat).this Is A Notice Of Intent And Is Not A Request For Competitive Quotes. Interested Firms Must Identify Their Interest And Capability To Provide The Services Identified No Later Than Four (4) Days After This Notice Posts. A Solicitation Will Not Be Posted. A Determination By The Government Not To Compete This Proposed Order Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Responses To This Announcement May Be Submitted To Tenisha.b.hampton.civ@us.navy.mil.
DEPT OF THE NAVY USA Tender
Software and IT Solutions
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
N68335-25-rfi-0017 eggplant Software disclaimer this Request For Information (rfi) 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. introduction this Is A Request For Information Notice To Solicit Comments, Questions And Feedback From Industry Regarding A Planned Procurement For Eggplant Software. This Is A Brand Specific Procurement Of Annual Support For One (1) Eggplant Digital Automation Intelligence Dai Onprem Cloud Software Suites, P/n: Eg1020a And One (1) Suites, P/n: Eg1020b For The Base Year With Four (4) Option Years With Same Quantity For Each In Support Of The Aviation Data Management And Control System (admacs) Program For Admacs Labs At The Naval Air Warfare Center Aircraft Division (nawcad) In Lakehurst, Nj. Eggplant Provides Hardware And Software Services In Support Of The Eggplant Software Licenses Utilized By The Admacs Program. interested Parties May Submit Technical Literature/brochures On Their Products Or Solutions That Meet The Requirements As Set Forth In The Basic Requirements List Included Herein. Rough Order Of Magnitude Pricing Is Also Requested For Planning Purposes. Any Other Relevant Information May Also Be Submitted For Consideration, To Aid In Refinement Of This Requirement. this Rfi Is Not A Request For Proposal. It Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Providing The Required Support Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis. eligibility the Psc For This Requirement Is 7a21; The Naics Is 513210 . All Interested Businesses Are Encouraged To Respond. submittal Information it Is Requested That Interested Businesses Submit To The Contracting Office A Brief Capabilities Statement Package Demonstrating Ability To Meet The Requirement. This Documentation Must Address, At A Minimum, The Following: company Name; Company Address; Cage Code, Company Business Size; And Point-of-contact (poc) Name, Phone Number, Fax Number, And E-mail Address. company Profile To Include Number Of Employees, Annual Revenue History, Office Location(s), Duns Number, And A Statement Regarding Current Small/large Business Status; statement Regarding Capability. if You Are A Small Business, Provide An Explanation Of Your Company’s Ability To Perform At Least 50% Of The Requirement For The Base Period As Well As The Option Periods. respondents To This Notice Must Also Indicate Whether They Are A Large Business Or Qualify As A Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-owned, 8(a), Hub Zone Or Service Disabled Veteran-owned Small Business Concern. interested Companies Shall Respond Within Five (5) Days After Release Of This Rfi With Product Information That Meets All Or A Subset Of The Aforementioned Attributes. Please Submit Your Response To This Rfi Via E-mail No Later Than 31 January 2025, 11:00 Am Edt To Contract Specialist, Mr. Jonathan Lopes, At Jonathan.a.lopes.civ@us.navy.mil.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
F-35 Lightning Ii Lots 20-24 F135 Propulsion Systems
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Usns Supply Rrg Flow Control Valves
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Contact Information|4|n7m2.16|bsa|717.605.2892|ethan.k.lentz.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|||||||||||||||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||to Be Determined (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|
equal Opportunity (sep 2016)|2|||
critical Safety Item (aug 2011)|4|all Items In The Schedule||||
list Of Solicitation Attachments|5||||||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|334412|750 Employees||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
this Solicitation Is Issued Pursuant To Emergency Acquisition Authority (eaa). Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For Repair. 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.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: ________
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work.
your Quote Should Include The Following Information: Quote Amount And Rtat
- Unit Price:__________
- Total Price:__________
- Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract. Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte): ___ Return Material Authorization # (rma), If Applicable:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location
- Awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As "awardee Cage": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________
important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A
price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A "reconciliation Modification" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section
shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Mount,resilient,gen .
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 Mount,resilient,gen Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall
be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other
contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;53711 6307278;
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.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
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.
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Nsn 7r-6615-011585748-vh, Ref Nr 70410-02561-111, Qty 10 Ea, Delivery Fob Origin. Navsup Weapon Systems Support (navsup Wss) Philadelphia Intends To Solicit On A Sole Source Basis With Sikorsky Aircraft Cage: 78286 For The Purchase Of Spares. Ten (10) Spares Of Niin: 011585748, P/n A28507-002, Roll Trim Actuator, For The Ch-53. There Are No Drawings/data Available. This Source Is The Original Equipment Manufacturer (oem) And The Only Known Source For Providing Repair Support Of The Above Repair Part. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase This Part From Additional Sources. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation, Which Shall Be Considered By The Agency. Source Approval Statement Applies To This Nsn. The Approved Sources For This Material Are Listed Above And It Is Expected That Award Will Be Made To This Firm. Any Firm Which Is Not Already Approved To Manufacture This Material Must Submit A Source Approval Request, Sar. This Procurement Will Not Be Delayed To Wait For A Sar Approval. Naics Code: 334511 Psc: 6615 The Government Does Not Intend To Acquire These Supplies Using The Provisions, Clauses And Procedures Prescribed In Far Part 15. Based Upon Market Research, The Government Is Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Proposals Received Within 45 Days (30 Days If Award Is Issued Under An Existing Basic Ordering Agreement (boa)) After Date Of Publication Of This Synopsis Will Be Considered By The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Electronic Procedures Will Be Used For This Solicitation. Rfp/solicitation Will Be Posted To Neco. The Approximate Issue Date For The Solicitation/rfp Will Be 12/30/2024 With An Approximate Response/closing Date Of 01/30/2025 (30 Days). No Telephone Requests Will Be Honored And No Hard Copies Will Be Mailed Out. Anticipated Award Date Is 01/30/2025. Interested Organizations May Submit Their Capabilities And Qualifications To Perform The Effort By Email Sophia Pugh, Sophia.l.pugh.civ@us.navy.mil.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date31 Jan 2025
Tender AmountNA
Marine Corps Systems Command Leadership Offsite
1631-1640 of 2137 archived Tenders