Tenders of Dept Of The Navy Usa

Tenders of Dept Of The Navy Usa

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Contact Information|4|n732.74|m4d|215-697-1105|lauren.n.phillips6.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| fms Delivery And Shipping Instructions|3|||x| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo |source|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|||||||||||| 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|1615||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||do Rated Order Certified For National Defense | this Is A Limited Source Requirement. Evaluation Criteria Will Be Determined By Lowest Price Technically Acceptable (lpta). the Government Physically Does Not Have In Its Possession Sufficient, Accurate, Or Legible Data To Contract With Other Than The Current Source. these Items Require Government Source Approval Prior To Award. If You Are Not An Approved Source, You Must Submit, Together With Your Proposal, The Information Detailed In The Navsup Wss Source Approval Brochure Which Can Be Obtained On The Internet At https://www.navsup.navy.mil/navsup/ourteam/navsupwss/business_opps. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. For Information Or Questions Regarding This Notice, Please Contact Lauren Phillips At The Email Address: Lauren.n.phillips6.civ@us.navy.mil. \

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Federal Acquisition Regulation (far) Part 13 Using Simplified Acquisition Procedures (sap). This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Will Be Posted To The System For Award Management At Https://sam.gov/ And/or Procurement Integrated Enterprise Environment (piee) At Https://piee.eb.mil. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far 12.6, As Supplemented With Additional Information Included In This Notice. The Rfq Number Is N5005425q0218. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Though Fac 2025-03 And The Dfars Change Notice 20241218. The Mid-atlantic Regional Maintenance Center (marmc) Requests Responses From Qualified Sources Capable Of Providing The Jp-5 Vent Valve Flash Screens (flame Screens) That Are Identified In The Attached Statement Of Work (sow). All Parts Shall Be New. No Refurbished Or Used Parts Will Be Accepted.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Email Questions To: Lorraine.m.small.civ@us.navy.mil competitive fleet Logistics Center Puget Sound Will Be Soliciting For Screw, Hex Cap In Accordance With Solicitation Specifications. this Acquisition Will Be Negotiated On A 100% Small Business Set-aside. Interested Persons May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals Prior To Offer Due Date. A Determination To Compete This Action Based Upon Responses Received To This Notice Is Solely Within The Discretion Of The Government. terms Will Be Fob: Origin By Fact-sp (nolsc): To U.s. Naval Base Yokosuka, Japan it Is Anticipated That The Solicitation Will Be Posted To The Sam.gov Website On Or About 19 January 2025 With Proposals Due By 27 January 2025. a Firm-fixed Price, Supply Type Contract Will Be Awarded In Accordance With Far Parts 12 And 13, Commercial And Simplified Acquisition Procedures. all Responsible Sources May Submit A Proposal Which Shall Be Considered By Flcps. This Solicitation And Any Subsequent Amendments Will Be Posted To The Sam.gov Website: Https://www.sam.gov. prospective Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation From This Website And For Frequently Monitoring That Site For Any Amendments. The Government Is Not Responsible For Any Inability Of The Offeror To Access The Posted Documents. no Telephone Or Fax Requests Will Be Accepted, And No Hard-copy Solicitation/amendment Will Be Mailed Or Faxed. teleworking Until Further Notice And Will Not Have Access To Work Phone Or Voicemail

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Nsn 7r-1680-015855344-p8, Ref Nr 822-1287-101, Qty 2 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/" 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. 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.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
The Naval Surface Warfare Center Philadelphia Division (nswcpd) Intends To Negotiate And Award A Sole Source Purchase Order With Mark C. Pope Association For Five Shock- And Vibration-reinforced Hobart 2400 Units. The Government Intends To Make An Award Prior To The 1st Quarter Of Fiscal Year 2025. pursuant To 10 U.s.c 2304(c)(1), Mark C. Pope Associates, Inc. Is The Only Responsible Source Capable Of Fulfilling The Navy’s Requirements For The Specified Effort. The Proposed Award And Resulting Contract Modifications Are For Supplies And Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 13.106-1(2)(b). this Notice Of Intent Is Not A Request For Competitive Proposals. Interested Parties, However, May Identify Their Interest And Capability By Responding To The Requirement. The Government Will Consider All Information Received Prior To The Closing Date Of This Synopsis. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. A Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Responses Shall Be Made In Writing By E-mail To The Attention Of Karen Morris Using The Contact Information Provided In This Synopsis. The Product Service Code (psc) For This Effort Is 6110.

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Contact Information|4|n711.17|ahf|717-605-1318|taylor.r.arroyo2.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|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|w25g1u|tbd|n/a|n/a|tbd|||||| note For Contractor/administrative Contracting Officer|3|||| 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|334111|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| the Purpose Of This Amendment Is To Notate The Extension Of The Offer Due Date From 26 Dec 2024 To 28 Jan 2025. All Other Terms And Conditions Remain Unchanged. a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Taylor.r.arroyo2.civ@us.navy.mil. b. General Requirements: Mil-std Packaging, Government Source Inspection, Fob Source, Cav Reporting. c. 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. d. Only A Firm-fixed (ffp), Not-to-exceed (nte) Or Estimated (est) Price For The Repair Of The Subject Item(s) Will Be Accepted. Quotes Limited To Test And Evaluation (t&e) Will Not Be Accepted. The Quoted Price Must Be For The Repair Ofthe Item(s). e. Must Adhere To Iuid Requirements Of Dfars 252.211-7003 f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Repair Source. Award Of The Proposed Contract Action Will Not Be Delayed Whilean Unauthorized Source Seeks To Obtain Authorization. g. The Government Is Requesting A Repair Turnaround Time (rtat) Of: ## ______ Days After Receipt Of Asset. repair Turnaround Time (rtat) Definition: The Resultant Contractual Delivery R Equirement 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 Inspectionand Acceptance By The Government For All Assets Within The Rtats Established In this Contract. please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25. throughput Constraint: Contractor Must Provide A Throughput Constraint For Each Nsn(s). Total Assets To Be Repaired Monthly After Initial Delivery Commences: _____/month (contractor Is To Fill In #). A Throughput Of "0" (zero) Per Month Reflects No Throughput constraint. induction Expiration Date: 365 Days After Contract Award Date. Any Asset Received After This Date In Days Is Not Authorized For Repair Without Bi-lateral Agreement Between The Contractor And Navsup Wss Contracting Officer. h. Important Note: reconciliation Price Reduction: any Asset(s) For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late. However, Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If The contractor Does Not Meet The Required Rtat Due To Inexcusable 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: $__________. (vendor Is To Fill In Amount) i. Your Quote Must Include The Following Information For Justification Purposes: - Repair Unit Price ________________ - Total Price________________ - Repair Turnaround Time (rtat) _____________ Days - New Unit Price ______________ note: If You Are Not Quoting The Government's Requested Repair Turnaround Time (rtat) Or Sooner, You Must Provide Your Company's Capacity Constraints Below: ___________________________________________________________________________ ___________________________________________________________________________ ___________________________________________________________________________ - 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/ber, 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 Based On: ____________________________________________________________________ ____________________________________________________________________ - Award To Cage:________ - Inspection & Acceptance Cage, If Not The Same As Award To Cage: _________ - Facility/subcontractor Cage (where The Asset Should Be Shipped To), If Not Same As Award To Cage. __________ - Facility/subcontractor Or Packaging Facility Cage (where The Asset Will Be Shipped From), If Not The Same As Award To Cage. ________ - Cost Breakdown Requested, Including Profit Rate (if Feasible). - Quote Expiration Date _______________________ (min Of 90 Days Is Requested). - Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Curren T Boa/idiq, For Example) Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s)listed In The Schedule. only A Firm-fixed Price (ffp) For The Repair Of The Subject Item(s) Will Be Accepted. Quotes Limited To Test And Evaluation (t&e) Will Not Be Accepted. The Quoted Price Must Be For The Repair Of The Item(s). please Consider The Following When Providing Price: include Repair Price With All Costs Associated With Receipt And Complete Repair Of Material That May Be In Incomplete Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts, And Wear Damage. 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 Followin G 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 Printer,automatic D . 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 Printer,automatic D 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. ;09bz2 8359899 03538 8359899; 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. 3.4 Electrostatic Discharge Control - The Contractor Shall Comply With The Electrostatic Discharge Control Requirements Established In Mil-std-1686. 3.5 Soldering - The Requirements For Soldered Electrical And Electronic Assemblies Shall Conform To Ipc J-std-001, Class ;3; . 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 Date28 Jan 2025
Tender AmountRefer Documents 
Notice Of Intent To Award Sole Source To Nts Technical Systems, Llc

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
1680 - Repair Of Nsn 1680 016516051; P/n 1106-5ab

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Contact Information|4|n711.14|aju|717.605.5150 |benjamin.g.speros.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|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo||tbd|n00104|tbd|tbd|see Schedule|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 (feb2024))|11|||||||||||| alternate A, Annual Representations And Certifications (nov 2023)|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 (feb 2024)|13|334413|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Purpose Of This Amendment Is To Extend The Solicitation From 28 May 2024 To 14 Jun 2024 To Give Additional To Recieve Quotes Due To The Memorial Day Weekend That Coincided With The Initial Due Date Of 28 May 2024. all Other Terms And Conditions Remain Unchanged And In Full Effect. \ the Purpose Of This Amendment Is To Extend The Solicitation Till 28 May 2024 And To Notate That Their Has Been An Increase In The Qty Required By The United States. \ 1. Please Provide Repair Price As Firm-fixed-price. Please Consider The Following: also, Please Provide: teardown & Evaluation Rate:__________________ rtat:_________________ throughput Constraint:__________________ induction Expiration Date:_________________ 2. Price Reductions: any Assets For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Of 1% Per Asset Per Month Extension Requested. This Adjustment Will Be Implemented Via A Reconciliation Modification At The End Of 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. 3. Reconciliation: a Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Inducted Under This 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, The Price Adjustment As Stated Shall Be Applicable. 4. Companies Who Are Not Currently A Technical-approved Source For The Solicited Item And Are Interested In Doing Business With Navsup Can Express Their Interests By Completing A Vendor Interest Form At The Navsup Business Opportunities Web Portal At H https://www.navsup.navy.mil/public/navsup/business_opps/. The Award Action For The Current Solicited Requirement Will Not Be Held Up For Attaining Approval Of An Offeror That Is Not Currently Technically Acceptable By The Government For This Item. 5. Do Not Include The Cost For Shipping Material As The Government Implemented Shipping System (navsupwssfa24) Will Be Shipping/delivering Material. 6. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This Contract. 7. The Vendor Is Required To Comply With The Commercial Asset Visibility (cav) Of The Asset(s) In This Purchase Order In Accordance With Navsupwssfa24. 8. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 9. 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. 10. Dcma Source Inspection And Acceptance Is Required And Freight Is Fob Origin. 11. Required Shipping Procedure Is Military Packaging And Bar Coding. 12. If You Are Not The Manufacturer Of The Material You Are Offering, You Must State Who The Oem Is (name And Cage Code) And The Part Number You Are Offering And Provide Traceability Information Requested. 13. Please Verify Your Compliance With Both Far Clauses 52.204-24 And 52.204-25and Dfars 14. In Accordance With Dfar 217.7301, Contractors Shall Identify Their Sources Of Supply In Contracts For Supplies. If The Item Currently Being Procured Is A Non-value Added Item, Please Provide: actual Manufacturer: cage Code: address: 15. Contractors Can View Their Orders, Contracts, And Modifications At The Electronic Document Access (eda) Web Tool. This Web Tool Is Located At The Wide Area Workflow (wawf) Website. It Is Recommended That Contractors Register For Eda At: Https://wawf.eb.mil/. click On New User And Registration. 16. If Your Organization Uses More Than One Cage Code, Please Note The Specificcage Code To Be Used For This Order On Your Price Quote. 17. Contract Distribution: it Is Recommended That Vendors Provide Contact Information To Navsup Wss Mechanicsburg In Order To Receive Automated Notifications From Navy Electronic Commerce Online (neco) When Contracts / Modifications Are Issued And Posted On Eda. To Receive These notifications, Contact: Navsup Wss Code 025, Procurement Systems Design And Contract Support Division Via Email At Navsupwssitimphelpdesk@navy.mil. Please Include The Following Information With Your Request: Cage Code, Company Name And Address And Poc With phone Number And E-mail Address. 18. Pricing Is Valid 90 Days After The Closing Date Of The Rfq/rfp Unless Otherwise Specified. 19. Please Provide All Of The Above Information With Contractor's Quote. Any Questions Should Be Directed To The Poc For This Solicitation. poc: name: Benjamin Speros poc Email: Benjamin.g.speros.civ@us.navy.mil \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Display,optoelectro . 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 Display,optoelectro 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. ;57u95 7921165-01 90536 7921165-01 57u95 Cxfhb0501pm2-3 ; 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. 3.4 Soldering - The Requirements For Soldered Electrical And Electronic Assemblies Shall Conform To Ipc J-std-001, Class ;3; . 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

Others
United States
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Contact Information|4|tbd|tbd|tbd|tbd| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| inspection And Acceptance Of Supplies|26|x||||||||||||x|||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type|source|tbd|n00383|tbd|tbd|see Schedule|tbd|||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|12 Months|60 Days After Discovery Of Defect||||| 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|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 Is For The Furnishing Of : r The Procurement Of: nsn: 7rh 1680 016102353 E7 pn: 123av54610-3 quantity: 5 Ea please Submit Quote Via Email To (email) By The Due Date Specified On Page 1,block 10. these Items Require Government Source Approval Prior To Award. if You Are Not An Approved Source, You Must Submit, Together With your Proposal, The Information Detailed In The Navsup Wss Source approval Brochure Which Can Be Obtained Online At https://www.navsup.navy.mil/public/navsup/wss/business_opps/ under "commodities." Offers Received Which Fail To Provide 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 Requirement may Be Continued Based On Fleet Support Needs.
2641-2650 of 2992 archived Tenders