Tenders of Dept Of The Navy Usa
Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Amendment 0002. The Purpose Of This Amendment Is To Provide Answers To Questions Submitted In Response To The Rfp (attached) And Update The Rfp, Attachment 2- Dd254. *****initial Description: The Contracting Department, Marine Corps Installations Command (mcicom) Headquarters, Arlington, Va, Intends Award A Multiple Award, Firm Fixed Price (ffp) Indefinite Delivery, Indefinite Quantity (idiq) Contract Under Far Part 12 ?acquisition Of Commercial Items? And Far Part 15 ?contracting By Negotiation?. This Acquisition Will Be Total Set-aside For Small Business In Accordance With Far Subpart 19.502-2. The Contracts Will Have A Five (5) Year Ordering Period. This Requirement Is A Non-personal Services Follow-on Contract To Provide Lp Within The I And L Continued Services For Life Cycle Program Management Support. The Scope Of The Contract Covers Various Professional Services To Support I And L Through The Branches Under Lp. Task Areas Cover Strategic Communications Management, Logistics Advocacy, Information Technology Portfolio Management, Naval Logistics Integration, Joint Deployment And Distribution Enterprise Governance, And More. Work Will Be Performed At Both Government And Contractor Facilities. Performance Location (on Or Off Site) Will Be Specified At The Task Order Level But Is Expected To Primarily Be In The Washington D.c. / Northern Virginia Area. Remainder Of Performance Will Be At Contractor Facilities. Note: All Prospective Contractors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov/portal/public/sam/ Prior To Award Of This Contract. Solicitation Documents Will Only Be Available Via The Procurement Integrated Enterprise Environment (piee) Website Https://piee.eb.mil Within The Solicitation Module. See Attachments Piee Solicitation Module Vendor Access Instructions And Proposal Manager- Posting Offer Instructions For Instructions On Getting Access To The Piee Solicitation Module And Submitting Your Proposal. If You Are Not Registered; The Government Is Not Responsible For Providing You With Notifications Of Any Changes To This Solicitation. The Solicitation Will Be Available Only As A Direct Download.
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Brand Name Parker Hannifin, Hydraulic Pump Overhaul
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Contact Information|4|n791.06|t1b|215-697-1073|joel.d.zimmerman2.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|see Schedule||||||||
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 |45 Days Of The Last Delivery Under This Contract |||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
buy American-free Trade Agreements-balance Of Payments Program - Basic (jan 23)|3||||
limitations On Pass-through Charges (jun 2020)|1||
contract Terms And Conditions Required To Implement Statutes Or Executiveorders -- Commercial Products And Commercial Services (mar 2023))|98|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
offeror Representations And Certifications--commercial Products And Commercialservices (deviation 2023-o0002) (dec 2022))|3||||
alternate A, Annual Representations And Certifications (nov 2020)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (dec 2022))|3||||
buy American--balance Of Payments Program (nov 2014)|1||
royalty Information (apr 1984)|1||
annual Representations And Certifications (mar 2023)|13|332313|1250||||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2|do-a1a ||
evaluation--commercial Products And Commercial Services (nov 2021)|4|||||
the Purpose Of This Amendment Is To Cancel The Clin Below.
the Purpose Of This Amendment Is As Follows:
1. To Cancel Clin(s) - See Below
2. To Update The Point Of Contact To: Carolyn Clark
carolyn.a.clark30.civ@us.navy.mil
all Other Terms And Conditions Remain Unchanged.
\
this Rfq Is A Spares Purchase. The Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicable For This Procurement.
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.
\
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
The Naval Surface Warfare Center Carderock Division (nswccd) Has A Requirement For External Coating Removal Service. The Compliant Service Is Available Solely From Washington Marine Cleaning, Llc (wmc), As The Required Service Can Only Be Provided Through Wmc. The Naics Code Is 336611 And The Business Size Is 1,300 Employees.
the Proposed Purchase Order Is Being Solicited On A Sole-source Basis To Wmc. The Proposed Action Is For External Coating Removal From The Dolly Varden Scale Model, For Which The Government Intends To Solicit And Negotiate With Only One Source Pursuant To Far 6.302-1(a)(2)(ii). The Basis For Restricting Competition Is For The Following Reasons: Wmc Is The Only Source Of The Required Service, With No Other Source On The Market. The Nswccd Intends To Award A Firm Fixed-price Purchase Order To Washington Marine Cleaning, Llc Using Simplified Acquisition Procedures.
interested Parties May Identify Their Interest To This Requirement By Submitting A Capabilities Statement No Later Than 11:59am 29 January 2025. This Notice Of Intent Is Not A Request For Competitive Proposals. However, All Responses Received By 11:59am On 01/29/2025 Will Be Considered By The Government. A Determination By The Government Not To Compete This Proposed Purchase 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.
inquiries Should Be Directed To Both Michael Bonaiuto At Michael.j.bonaiuto.civ@us.navy.mil.
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
49--bearing Monitor Pan, In Repair/modification Of
Closing Date21 Jan 2025
Tender AmountUSD 257.2 K
This is an estimated amount, exact amount may vary.
DEPT OF THE NAVY USA Tender
Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
P-8a Operations Center Non-secure Renovation, Keflavik, Iceland
Closing Date1 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others...+2Machinery and Tools, Electrical and Electronics
Corrigendum : Closing Date Modified
United States
59--electronic Componen, In Repair/modification Of
Closing Date31 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
61--power Supply - And Other Replacement Parts
Closing Date3 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Contact Information|4|n7m3.12|ep1|7176053233|jamie.kershaw@navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|combo-invoice & Receiving Report||tbd|n00104|tbd|tbd|schedule|tbd|see Schedule|n/a|n/a|n/a|n/a|n/a|n/a||
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||||||||||||
option For Increased Quantity (mar 1989)|1|365|
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|334412|750||||||||||||
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 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: 78 Days
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:__________
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
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 Circuit Card Assemb .
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 Circuit Card Assemb 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.
;49956 H402445-3 ;
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.
Closing Date3 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Far Part 13, Using Simplified Acquisition Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Paper Copies Of This Solicitation Will Not Be Available. The Rfq Number Is N4215825qe022. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2024-03 And Dfars Change Notice. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At These Addresses: Https://www.acquisition.gov/browse/index/far And Https://www.acquisition.gov/dfars. The Naics Code Is 326220 And The Size Standard Is 800 Employees. The Product Service Code Is 4720.
the Proposed Contract Action Is For Commercial Items For Which The Government Intends To Solicit As 100% Small Business Set-aside. The Required Item Must Be A Brand Name Product Particular To Randolph Austin Company, Who Is The Original Equipment Manufacturer (oem). The Brand Name Item Required Must Be Procured From The Oem Or Its Authorized Distributor. No Other Manufacturer Will Be Considered. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Quotes. All Quotations Received By The Closing Date/time May Be Considered By The Government. This Announcement Will Close On 03- February At 10 Am, Est. By Submission Of A Quotation, The Vendor Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation. Lack Of Registration In The Sam Database Will Make A Vendor Ineligible For Award. Vendors May Obtain Information On Registration And Annual Confirmation Requirements By Visiting Https://www.sam.gov.
award Will Be Made For The Technically Acceptable Item Or Combination Of Technically Acceptable Items That Result In The Lowest Aggregate Price To The Government. Each Quote Must Clearly Indicate The Capability Of The Vendor To Meet All Specifications And Requirements. Quotes Shall Be Valid For Sixty (60) Days (at Minimum). Shipping Term Shall Be Fob Destination; Therefore, Quote Shall Include Shipping Cost. Responsibility And Inspection: Unless Otherwise Specified In The Resulting Order, The Supplier Is Responsible For The Performance Of All Inspection Requirements And Quality Control.
to Be Considered For This Contract Opportunity, The Offeror Must Provide The Following Required Documents. Failure To Provide All Required Documents By The Closing Date And Time Shall Preclude A Quote From Award Consideration.
solicitation Document N4215825qe022 - Vendor Shall Annotate Unit Price And Total Amount For Each Line Item Number In Section B. Complete Block 17a With Vendor Name/address, Phone Number And Cage Code. Complete Blocks 30a Thru 30c With Signature Of Offeror, Name/title And Date Signed.
technical Capability Certification - Vendor Shall Complete The Technical Capability Statement, Attachment 1. Initial And Date.
additionally, Offeror Must Provide The Following Information With The Quote:
business Size, Payment Terms, And Tax Identification Number (ein).
completed Far 52.212-3 Representations And Certifications Unless Otherwise Completed In Sam.
estimated Delivery Date And Freight (if Applicable).
provide A Technical Description Of The Items Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements In The Solicitation Document. Technical Submission Includes But Not Limited To Item Specifications, Manuals, Catalogs, And Photographs/brochures.
email Quote (required Documents And Requested Information) To The Primary Poc @ Kimberly.a.hudson29.civ@us.navy.mil
please Direct Questions Regarding This Requirement To Kimberly A. Hudson At Kimberly.a.hudson.civ@us.navy.mil
Closing Date3 Feb 2025
Tender AmountRefer Documents
2241-2250 of 2349 archived Tenders