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
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. this Sources Sought Is A Market Research Tool Being Used To Determine Potential And Eligible Business Firms That Are Capable Of Providing The Services Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. The Existing Contract Was Previously Competed, However, Only One Response Was Received. The Government Would Like To Ensure That There Is Adequate Competition For This Procurement. Additionally, The Results Of This Sources Sought Will Also Be Utilized To Determine If Any Small Business Set-aside Opportunities Exist. All Interested Large And Small Businesses Are Encouraged To Respond With A Capability Statement, But Only Those Businesses Or Teaming Arrangements That Are Considered Small Under Naics 541330-1 Will Be Considered For Small Business Set-aside Decisions. introduction the Naval Air Warfare Center Aircraft Division (nawcad) Webster Outlying Field (wolf) At Patuxent River, Md Announces Its Intention To Procure, On A Competitive Basis, The Services Necessary To Provide The Engineering, Technical, Logistics, Integration, Training, And Testing Support Services To Deliver Fully-integrated And Tested C4i Electronic Radio Communication Systems For Shipboard Installation. Further Detail Is Provided In The Draft Performance Work Statement (pws)/statement Of Work (sow) Attached To This Synopsis (attachment 1). The Services Are Currently Being Performed By Bae Systems Technology Solutions & Services Of Rockville, Md Under N00421-20-c-0003. The Current Contract Is Cost-plus Fixed Fee (cpff) Containing Both Performance Based Completion Clins And Level-of-effort (loe) Clins. The Current Contract Supports Initiation Of Radio Communication Systems (rcs) Throuh Fy 2026. This Contract Will Be For The Initiation Of Rcs Through Fy 2025. This Contract Is Due To Expire 26-june-2026. program Background as The Organic Lead Systems Integrator® (olsi®) For The Naval Air Warfare Center Aircraft Division (nawcad), Webster Outlying Field (wolf) Operates Under A Product-based Business Model Whereby Nawcad Wolf Civilians Lead And Manage The Execution Of The Requirements With Combined Government-industry Teams. Using This Olsi® Approach, The Government Maintains Control Of Intellectual Property And Data Rights, Enabling Wolf To Rapidly Adapt Solutions To The Dynamic Needs Of The Warfighter. the Nawcad Wolf Ship & Air Integrated Warfare (saiw) Division Is The Olsi® Providing Design, Procurement, Integration, Testing, And Training Of Command, Control, Communications, Computers, And Intelligence (c4i) Electronic Systems That Meet The Requirements Of The United States Navy Operating Forces. The Saiw Division, Operating Under The Olsi® Model, Has Requirements To Design, Procure, Integrate, Test, Train, Deliver And Support C4i Electronic Radio Communication Systems (rcss) For Ships Of The United States Navy Including Aegis Destroyers And Cruisers, Amphibious Assault Ships, Aircraft Carriers, Sea-lift Ships, And Other Surface Combatant And Comparable Ships. This Performance Work Statement (pws)/statement Of Work (sow) Provides The Engineering, Technical, Logistics, Integration, Training, And Testing Support Services To Deliver Fully-integrated And Tested C4i Electronic Radio Communication Systems For Shipboard Installation. industry Day Information: Nawcad Wolf Saiw Division Intends To Hold An Industry Day At Building 8225, 17134 Webster Field Road, Webster Naval Outlying Field, St. Inigoes, Md 20684, On 23-jan-2025.the Industry Day Will Start At 8:00 Am Eastern Standard Time (est). This Scheduled Industry Day Will Enable Potential Offerors To Further Understand The History Behind The Nawcad Saiw Division And Aegis Acquisition Strategy And Requirement. Attendance At The Industry Day Is Not A Requirement And In No Way Affects Any Company From Submitting A Response To This Sources Sought Notice And/or A Proposal In Response To Any Forthcoming Solicitation. To Register For This Industry Day, Please Send An Email To Nick Suhosky And Carolyn Emmart Via Email At Nicholas.a.suhosky.civ@us.navy.mil And Carolyn.a.emmart.civ@us.navy.mil By 12:00 Pm Est On 16 Jan 2025. The Email Must Provide The Business Name, Address, Attendee Name(s), A Point Of Contact Phone Number And Email Address. If You Do Not Have Access To Base, A Completed Visitor Base Access Request Form (attachment 5) Will Also Be Required. The Subject Line Of The Email Should Read "aegis Industry Day". Specifics, Including Directions, Agenda, Question Forms, And Ground Rules Will Be Provided Via Email Upon Approved Registration. Due To Space Limitations, No More Than Two (2) Representatives From Each Potential Offeror Will Be Permitted To Attend The Industry Day. All Attendees Must Be U.s. Citizens. This Industry Day Will Not Be Rescheduled In The Case That It Is Cancelled Due To Weather Or Any Other Acts Of God. requirements please Review Attachment 1, Draft Pws/sow, Attachment 2, Draft Hours, And Attachment 3, Hull Info. If Your Company Has Any Questions About The Pws/sow, Hull Info, Or Any Areas That May Need Further Explanation, Please Also Identify Those In The Response. The Labor Categories Anticipated To Execute The Contemplated Effort Are Included In Attachment 2, Draft Hours. since The Resultant Contract Will Be A Cost-type Effort, The Successful Awardee Will Also Be Required To Have A Government Approved Accounting System Upon Award. all Contractors That Propose Must Either Have Or Be Able To Obtain A Top Secret Facility Clearance. A Dd Form 254 Contract Security Classification Specification Shall Apply To This Requirement And The Prime Contractor Shall Have A “top Secret” Facility Clearance And A “secret” Safeguarding Clearance. eligibility the Applicable North American Industry Classification System (naics) Code For This Requirement Is 541330-1 Engineering Services With A Small Business Size Standard Of $47 Million. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement. The Product Service Code (psc) For This Effort Will Be N020 - Installation Of Equipment- Ship And Marine Equipment. place Of Performance place Of Performance Percentage Of Total Effort % On-site Government % Off-site Contractor wolf St. Ingioes, Md 100% 36% 64% anticipated Contract Type the Requirement Is Anticipated To Be A C Type Contract With Cpff Completion And Cpff Loe/term Contract Line Item Numbers (clins) For Labor And Cost Reimbursable Clins For Other Direct Costs (odcs). The Proposed Contract Is Anticipated To Include Tasking And Labor Categories That Are Subject To The Service Contract Act. anticipated Period Of Performance it Is Anticipated That The Resultant Contract Will Have A Nine-year Period Of Performance And A 6-month Optional Extension (far 52.217-8). it Is Anticipated Performance Will Commence Approximately In June 2026. the Performance Based Completion Clins Will Be For Rcs Production Hulls And The Non-performance Based Loe Clins Will Be For Engineering, Program Management, And Training. As Shown In Attachment 3, It Is Anticipated That Each Performance Period Consist Of 3 Hulls; For A Total Of 15 Hulls For The Entire Effort. For Each Hull, The Performance Period Of Completion Is Approximately 5 Years; Resulting In An Anticipated 9 Year Contract. the Estimated Manhours Hours By Clin Type Are As Follows: for The Completion Clins, 1,363,950 Manhours for The Loe Clins, 1,309,200 Manhours submittal Information it Is Requested That Interested Businesses Submit To The Contracting Office A Brief Capabilities Statement Package (no More Than 15 Pages In Length, Single Spaced, 12 Point Font Minimum) Demonstrating The Ability To Perform The Effort Listed In The Attached Draft Pws/sow, Attachment 1. This Documentation Must Address, At A Minimum, The Following: title Of The Pws/sow To Which You Are Responding; 2. Company Profile To Include Number Of Employees, Annual Revenue History, Office Location(s), Cage Code, Duns Number, And A Statement Regarding Current Small/large Business Status; 3. Respondents To This Notice Must Also Indicate Whether They 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; 4. If A Small Business, Provide An Explanation Of Your Company's Ability Or Your Company’s Ability Combined With A Similarly Situated Entity’s Ability To Perform At Least 50% Of The Tasking Described In This Pws/sow; 5. 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 At The City Specified; 6. Management Approach To Staffing This Effort With Qualified Personnel; 7. Statement Regarding Capability To Obtain The Required Industrial Security Clearances For Personnel; 8. Company's Ability To Meet The Requirements In The Facility And Safeguarding Requirements; 9. Company's Ability To Begin Performance Upon Contract Award; 10. Company's Ability To Manage A Team Of Subcontractors, Including A List Of Contracts And Teaming Arrangements; 11. Prior/current Corporate Experience Performing Efforts Of Similar Size And Scope Within The Last Three Years, Including Contract Number, Organization Supported, Indication Of Whether As A Prime Or Subcontractor, Contract Values (dollars And Hours), Government Point Of Contact With Current Telephone Number, And A Brief Description Of How The Referenced Contract Relates To The Services Described Herein. 12. What Specific Technical Skills Does Your Company Possess Which Ensures Capability To Perform The Tasks? It Is Requested That, In The Response To The Sources Sought, The Company Explain Its Capability To Accomplish The Work Specified Under The Paragraphs 3.3.1 And 3.3.2 Of The Draft Pws/sow Technical Requirements. If The Company Finds Itself Not Capable To Perform All Parts Of The Pws/sow, Please Specify Which Portions Of The Pws/sow It Is Not Capable Of Accomplishing. If The Company Will Be Teaming Or Utilizing Subcontracts, Please Include Information Regarding Which Work The Subcontractor Will Be Responsible For And How The Prime Will Determine The Subcontractor Is Capable Of Accomplishing The Work. the Capability Statement Package Shall Be Sent By Email To Nicholas.a.suhosky.civ@us.navy.mil And Carolyn.a.emmart.civ@us.navy.mil. Submissions Must Be Received At The Office Cited No Later Than 12:30 Pm Eastern Standard Time On 06-feb-2025. Questions Or Comments Regarding This Notice May Be Addressed To Nick Suhosky And Carolyn Emmart Via Email At Nicholas.a.suhosky.civ@us.navy.mil And Carolyn.a.emmart.civ@us.navy.mil. all Responses Must Include The Following Information: Company Name; Company Address; Company Business Size; And Point-of-contact (poc) Name, Phone Number, And E-mail Address.
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
61--interconnect Pwa,ai, In Repair/modification Of
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Contact Information|4|navsup|gwf|717-605-4061|william.g.biggs4.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||to Be Determined (tbd)|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| 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 (jan 2025)|13|333996|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| 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 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 Pump Group, Water . 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 Pump Group, Water Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;11083 7e8180; 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 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161. 6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Nsn 1r-1680-llerak773-gf, Tdp Ver 001, Qty 1 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract 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. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others...+2Machinery and Tools, Electrical and Electronics
Corrigendum : Closing Date Modified
United States
66--fluxmeter - And Other Replacement Parts, In Repair/modification Of
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Contact Information|4|n723.14|b5n|215-697-2782|kathryn.elechko.civ@us.navy.mil| 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 Combo||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||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|365 Days After Delivery Of Unit|45 Days After The Defect Was Found||||| equal Opportuity For Workers With Disabilities (jun 2020)|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 (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|334220|1250||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| this Requirement Is For The Procurement Of The Items Herein This Solicitation. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted And Preferred. reconciliation: a Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Inducted Under The Subsequent Contract. The Parties Have Agreed To A Price (shown On The Schedule Page) For Each Unit At The Negotiated Rtat. Such Prices Are Based On the Contractor Meeting The Rtat Requirements Described Within The Schedule Page. If The Contractor Does Not Meet The Applicable Rtat Requirement, Consideration Will Be Assessed And Subject To Negotiation. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 2. Applicable Documents - Not Applicable 3. Requirements - Not Applicable 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Mil-dtl-82960c, Initiator, Propellant Actuated, Jau-27/a (mf72)
Closing Soon6 Feb 2025
Tender AmountNA 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Fms Repair, Qty: 1, Niin: 015241641
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Usns Lenthall (t-ao 189) Jw Cooler Plates
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
58--interconnecting Box, In Repair/modification Of
Closing Soon6 Feb 2025
Tender AmountRefer Documents 
2201-2210 of 2218 archived Tenders