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
Contact Information|4|n793.15|lra|n/a|taylor.m.weidman2.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement|8|x||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)||n/a|lra|n/a|n/a|n/a|n/a|||||||||
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|1 Year After Date Of Delivery|45 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||||||||||||
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 (jan 2025)|12|336413|1250|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
T-ao-206 Controllable Pitch Propeller (cpp) Refurbishment And Bolt Procurement
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
The Naval Surface Warfare Center Philadelphia Division (nswcpd) Has A Requirement, To Be Awarded On A Competitive Basis Forreinforcement Of Hobart 2400. The Official Request For Quotations Has Been Published Under Notice Id: N6449825q5050.
award Is Anticipated Of A Firm-fixed Price Purchase Order. This Effort Is Being Competed On An Unrestricted Basis And Is Not A Small Business Set-aside.
this Contract Will Be Competitively Awarded Pursuant To 10 U.s.c. 2304 And The Federal Acquisition Regulations 13.106. The Product Service Code (psc) For This Effort Is 6110.
this Announcement Is Published For Informational Purposes Only, No Quaotations Are Being Requested Under This Notice Id.
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Contact Information|4|n791.15|lzz|215-697-1073|carolyn.a.clark30.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 & 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|||
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 (jan 2025)|12|335931|600|||||||||||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
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.
early And Incremental Deliveries Accepted And Preferred.
\
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Contact Information|4|n97113b|feb|717-605-1765|heidi-jo.below.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|inspection/acceptance Point - Source|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (jan 2025)|13|332722|600||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
government Source Inspection Per Far 52.246-2 Is Required.
delivery_______________days.
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 Asdetailed Herein.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Washer,lock .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Washer,lock Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;mil-spec Part # Ms35335-63 Cage Code (96906) Washer, Lock; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows:
Mechanical Parts, Assemblies And Equipments - Mil-std-130
Electrical And Electronic Parts - Mil-std-1285, Method 1.
Electrical And Electronic Parts And Assemblies Not Covered
By Mil-std-1285-use Mil-std-130.
Electronic Equipment - Mil-std-454 Requirement Number 67.
Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
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.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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
Navicp-mech
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 From:
Commanding Officer
Navicp-mech
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:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine
if The Item Meets The Minimum Requirements Of This Contract/purchase Order.
mil-spec Part # Ms35335-63 Cage Code (96906) Washer, Lock
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Nsn 1r-1560-015519016-qe, Ref Nr Ae13013-412-139, Qty 5 Ea, Delivery Fob Origin. 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. 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 Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Contact Information|4|n713.30|gg1|717-605-1308|joshua.j.eshleman.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo - Invoice And Receiving Report||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|||
exercise Of Option To Fulfill Foreign Military Sales Commitments-basic(nov 2014))|4|||||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
option For Increased Quantity--separately Priced Line Item (mar 1989)|1|180 Days|
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|332911|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
Eaf/sepa
this Procurement Action Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf/sepa) Iaw Far 13.201(g) And Far Subpart 18.2".
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/new Manufacture. 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 And Acceptance Are 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):__________
if You Are Not The Manufacturer Of The Material You Are Offering, You Must State Who The Manufacturer Is (name & Cage Code) And Be Able To Provide Traceability Information If Requested Prior To Receiving An Award.
by Submitting A Quotation Or Offer, The Contractor Agrees That, When The Contractor Is Not The Manufacturer Of The Item, It Is Confirming That It Currently Has Or Will Obtain Before Award And Shall Retain Documented Evidence (supply Chain Traceability
documentation) That The Item Is From The Approved Manufacturer And Conforms To The Technical Requirements. The Retention Period Is Five Years After Final Payment Under This Contract.
at A Minimum, The Supply Chain Traceability Documentation For The Item Shall Include: Basic Item Description, Part Number And/or National Stock Number, Manufacturing Source, Manufacturing Sources Commercial And Government Entity (cage) Code, And Clear
identification Of The Name And Location Of All Supply Chain Intermediaries Between The Manufacturer To The Contractor To Item(s) Acceptance By The Government. The Documentation Should Also Include, Where Available, The Manufacturer's Batch Identification For The
time(s), Such As Date Codes Lot Codes, Or Serial Numbers As Date Codes Lot Codes, Or Serial Numbers.
the Contracting Officer Would Like To Exercise A 100% Option Quantity Within 180-days Of The Effective Date Of Contract Award. The Contractor Will Provide The Same Delivery Turnaround As The Base Line Items. A Modification Will Be Completed At The Time The Option
Is Exercised And All Current Contract Terms And Conditions Will Apply To The Option Quantity.
please Indicate If The Contracting Officer May Exercise The 100% Option Quantity For This Contract.
yes __ Or No __
please Indicate The Pricing For The Option Quantity.
price Each: $___________
navsupwss Poc: Joshua.j.eshleman.civ@us.navy.mil
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Repair Kit,valve .
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 Repair Kit,valve Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;05ct0 Vrk-2-n 5n582 Vrk-2-n 66200 Vrk-2-n;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
*this Updated Sources Sought N0017424sn0083. Updates Include Additional Locations
description
naval Surface Warfare Center Indian Head Division (nswc Ihd) Contracting Office Sources Sought Notice. This Is A Sources Sought Notice Only. This Sources Sought Is Not A Request For Quote, Proposal, Or Invitation For Bid. This Notice Is Not A Solicitation As Defined By Far 2.101, Therefore It Shall Not Be Construed As A Commitment By The Government To Enter Into A Contract, Nor Does It Restrict The Government To An Acquisition Approach. All Information Contained In This Sources Sought Notice Is Preliminary As Well As Subject To Amendment And Is In No Way Binding On The Government. Information Submitted In Response To This Notice Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. The Government Is Requesting That Restrictive Or Proprietary Markings Not Be Used In Response To This Notice. If A Solicitation Is Released, It Will Be Synopsized In Sam.gov. It Is The Responsibility Of The Interested Parties To Monitor These Sites For Additional Information Pertaining To This Sources Sought Notice. No Site Visit Will Be Conducted During A Sources Sought Period.
the North American Industrial Classification System (naics) Code For This Procurement Is 485510- Charter Bus Industry, Which Has A Small Business Size Standard Of $19m. The Product Service Code (psc) Is V222- Transportation/travel/relocation Travel/lodging/recruitment- Passenger Motor Charter.
statement Of Work
locations:
nswc Indian Head, Maryland
naveodtechdiv Stump Neck, Md (12 Miles From Inhd)
bullets Neck, Md (11 Miles From Inhd)
rum Point, Md (12 Miles From Inhd)
nrl Pomonkey, Md (10 Miles From Inhd)
nrl Blossom Point, Md (25 Miles From Inhd)
dahlgren Naval Base, Dahlgren Va (32 Miles From Inhd)
washington Navy Yard (50 Miles From Inhd)
baltimore Md (70 Miles From Inhd)
ap Hill, Va (59 Miles From Inhd)
yorktown, Va (130 Miles From Inhd)
nswc Ihd Detachment Picatinny, Picatinny Arsenal Nj (280 Miles From Inhd)
nswc Ihd Detachment Mcaap, Mcalester, Ok (1,294 Miles From Inhd)
nswc Ihd Detachment Louisville, Louisville Ky (639 Miles From Inhd)
nswc Ihd Detachment Rock Island, Rock Island Il (884 Miles From Ihd)
nswc Ihd Detachment Ogden, Ogden Ut (2,107 Miles From Inhd)
nswc Ihd Detachment Crane, Crane In (691 Miles From Inhd)
nswc Ihd Detachment Camp Pendleton, Camp Pendleton Ca (2,691 Miles From Ihd)
nswc Ihd Detachment Laredo Tx (1,736 Miles From Ihd)
the Naval Surface Warfare Center Indian Head Division (nswc Ihd) Contracts Department 026 Is Seeking Companies With Technical Expertise, Experience, Capability, And Resources To Provide Bus Services For Nswc Indian Head, Maryland; Naveodtechdiv Stump Neck, Md (12 Miles From Inhd); Bullets Neck, Md (11 Miles From Inhd); Rum Point, Md (12 Miles From Inhd); Nrl Pomonkey, Md (10 Miles From Inhd); Nrl Blossom Point, Md (25 Miles From Inhd); Dahlgren Naval Base, Dahlgren Va (32 Miles From Inhd); Washington Navy Yard (50 Miles From Inhd); Baltimore Md (70 Miles From Inhd); Ap Hill, Va (59 Miles From Inhd); Yorktown, Va (130 Miles From Inhd); Nswc Ihd Detachment Picatinny, Picatinny Arsenal Nj (280 Miles From Inhd); Nswc Ihd Detachment Mcaap, Mcalester, Ok (1,294 Miles From Inhd); Nswc Ihd Detachment Louisville, Louisville Ky (639 Miles From Inhd); Nswc Ihd Detachment Rock Island, Rock Island Il (884 Miles From Ihd); Nswc Ihd Detachment Ogden, Ogden Ut (2,107 Miles From Inhd); Nswc Ihd Detachment Crane, Crane In (691 Miles From Inhd) And Nswc Ihd Detachment Camp Pendleton, Camp Pendleton Ca (2,691 Miles From Ihd).
the Scope Of This Effort Includes The Following Major Aspects That Are Part Of The Overall Service: The Contractor Shall Provide, But Not Limited To, Bus/coach And Shuttle Services Normally During Government Regular Working Hours, But Also During Weekends Or Holidays Within The Naval District Washington Region, To Include The Greater Washington Metropolitan Area And The Nswc Detachments. The Contractor Shall Provide Uniformed, Qualified, Licensed Operators In Accordance With The Requirements Of The U.s. Department Of Transportation Federal Highway Administration For The Operation Of Buses. Vehicle Operators Shall Comply With All Annotated Codes, Federal, State, And Local Laws And Regulations For The States And Cities Governing Vehicular And Pedestrian Traffic In Which They Operate. Vehicle Operators Shall Wear A Uniform Which Identifies Them As The Vehicle Operator. Operators Shall Have A Neat And Professional Appearance And Sustain A Professional Attitude At All Times. The Contractor Shall Ensure That All Provided Vehicles Are Properly Maintained, Including Mechanical Repairs, Sanitary Maintenance, Safety Compliance And Regular Operational Records.
responses Should Include Specific Experience Of Bus/coach And Shuttle Services; Appropriate References Should Be Provided.
submission Requirements:
interested Contractors Should Submit A Brief Capabilities Statement Package (no More Than Six (6) Single-sided Pages Or Three (3) Double-sided Pages, Including Attachments, Single Spaced, 12-point Font Minimum) Demonstrating Ability To Perform The Requested Services. As Part Of Your Six (6) Page Capabilities Statement Package, Please Include The Attached Sources Sought Contractor Information Form. The Email Subject Line Shall Include Your Company Name. The Capabilities Package Must Be Complete And Sufficiently Detailed To Allow The Government To Determine The Contractor’s Qualifications To Perform The Defined Work. Please Note Businesses Must Be Registered In The Sam.gov Database, Under The Appropriate Naics Code Prior To Submission Of An Offer To Be Eligible For Award Of Government Contracts (see Far 4.11).
the North American Industrial Classification System (naics) Code For This Procurement Is 485510- Charter Bus Industry, Which Has A Small Business Size Standard Of $19m. The Product Service Code (psc) Is V222- Transportation/travel/relocation Travel/lodging/recruitment- Passenger Motor Charter.
please Respond To This Sources Sought Notice Electronically To Kara Walter Via Email To Kara.k.walter.civ@us.navy.mil, No Later Than 02:00 Pm (est) On Tuesday, 25 February 2025.
no Telephone Calls, Hardcopies, Or Facsimiles Will Be Accepted.
responses Received After The Deadline Or Without The Required Information Will Not Be Considered. Since This Is A Sources Sought Notice Only, Evaluation Letters Will Not Be Issued To Any Respondent.
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Aerospace and Defence
United States
Nsn 7r-7021-017054062-bl, Ref Nr 344a060-552, Qty 2 Ea, Delivery Fob Origin. This Is A Sole Source Requirement. The Government Physically Does Not Have In Its Possession Sufficient, Accurate, Or Legible Data To Contract With Other Than The Current Source. One Or More Of The Items Under This Acquisition Is Subject To Free Trade Agreements. (far 52.225-3). One Or More Of The Items Under This Acquisition Is Subject To The World Trade Organization Government Procurement Agreement And Free Trade Agreements. (far 52.225-5) 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 Danielle Cutrera At The Email Address: Danielle.cutrera@navy.mil.
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others...+2Machinery and Tools, Electrical and Electronics
United States
66--transducer,motional, In Repair/modification Of
Closing Date24 Feb 2025
Tender AmountRefer Documents
3381-3390 of 3414 archived Tenders