Tenders of Dept Of The Navy Usa
Tenders of Dept Of The Navy Usa
DEPT OF THE NAVY USA Tender
Chemical Products...+1Aerospace and Defence
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
This Is A Solicitation Is A For Non-commercial Items Prepared In Accordance With Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. Naval Surface Warfare Center Indian Head Division (nswc Ihd), Located In Indian Head, Maryland Intends To Award A Firm Fixed Price (ffp) Purchase Order Using Simplified Acquisition Procedures For: Sealing Disc And Igniting Disc. This Solicitation Will Be Competed As Small Business Set-aside. This Announcement Constitutes The Only Solicitation. Quotes Are Being Requested Under Request For Quotation (rfq) No. N0017425q0010. The Naics Code Is 332710 And The Business Size Standard Is 500. The Provisions And Clauses Included And/or Incorporated In This Solicitation Document Are Those In Effect Through The Federal Acquisition Circular. This Rfq Incorporates All Provisions And Clauses In Effect Through Federal Acquisition Circular Fac 2020-01 And The Defense Federal Acquisition Regulation Supplement (dfars) Dpn 20190531. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote, Conforming To The Solicitation That Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Government Intends To Evaluate All Timely Quotes Received From Eligible Vendors On A Lowest Price Technically Acceptable (lpta) Basis. The Government Intends To Evaluate Quotations And Award A Contract Without Discussions With Quoters. The Government Reserves The Right To Conduct Discussions If The Contracting Officer Later Determines Them To Be Necessary. evaluation Factors (in Order Of Importance) technical – Quotes Must Reflect The Required Specifications Within The Statement Of Work price – Quotes Must Include All Applicable Costs. in Order To Submit A Proposal, Technical Drawings Must Be Requested. technical Drawings: this Procurement Includes Unclassified Controlled Technical Information Assigned A Restricted Distribution Statement Which Is Export Controlled. To Receive This Unclassified Controlled Technical Information, An Offeror Must Be Currently Certified Through The United States/canada Joint Certification Program. To Become Certified For Receipt Of The Technical Documents, A U.s. Offeror Must Submit A Completed Dd Form 2345 To The U.s./canada Joint Certification Office. Canadian Offerors May Submit Either A Completed Dd Form 2345 Or Dss-mas 9379 For Certification. In Addition, A Copy Of The Company's State/provincial Business License, Incorporation Certificate, Sales Tax Identification Form Or Other Documentation Which Verifies The Legitimacy Of The Company Must Accompany All Dd Form 2345s. Additional Information On The Joint Certification Program And A Checklist For Completion Of The Dd Form 2345 Is Available At The Following Website: Http://www.dla.mil/hq/informationoperations/offers/products/logisticsapplications/jcp/. Offerors Are Encouraged To Apply For Certification As Early As Possible In Order For Processing And Receipt Of Information To Be Completed In Sufficient Time To Prepare A Proposal Before Solicitation Closing. if Interested, Technical Drawings Need To Be Requested By Contractor Prior To Submission Date. Itar Certification Is Required To Be Provided Prior To Technical Drawing Release. Drawing Requests Must Be Made Via Email To Francine.keys@navy.mil , And Marlene.ridgell@navy.mil By Thursday 30 January 2025, 8:00 Am Est. questions/clarification Regarding This Solicitation Must Be Submitted Via Email To Francine.keys@navy.mil , And Marlene.ridgell@navy.mil By Thursday 30 January 2025, 8:00 Am Est. quote Packages Are Due By Thursday 30 January 2025, 8:00 Am Est. Late Quotes Will Not Be Considered. Quote Packages Shall Be Sent To Francine.keys@navy.mil ,and Marlene.ridgell@navy.mil And Contain A Cover Sheet That Provides The Following Information: 1. Official Company Name; 2. Point Of Contact Including Name And Phone Number; And 3. Duns Number And Cage Code. the Points Of Contact For This Acquisition Is francine.keys, At Francine.keys@navy.mil marlene Ridgell At Marlene.ridgell@navy.mil
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date30 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 N5005425q0212. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 And Dfars Change Notice 20241218. the Government Intends To Solicit And Contract With Only One Source Carver Pump Company, For The Centrifugal Pump Under The Authority Of Far 13.106-1(b)(1)(i) On A Sole Source Basis. Interested Parties May Identify Their Interest And Capability To Respond To The Requirement And Submit Quotes. This Notice Of Intent Is Not A Request For Competitive Quotes. 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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Contact Information|4|n713.34|glf|717-605-3020|emma.j.hippensteel.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|see Schedule||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 (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|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Casrep Accelerated Delivery Is Encouraged And Accepted At No Additional Cost To Government.
"all Freight Is Fob Origin.
this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
government Source Inspection Is Required. Unit Price:__________ Firm Total Price:__________ Firm Procurement Turnaround Time (ptat) :__________ Awardee Cage: __________ Inspection & Acceptance Cage, If Not At Source:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________
important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is Authorized An Authorized Distributor Of Their Items.
""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.
"
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,regulating,fl .
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 Valve,regulating,fl Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;55378 40695-5/ 55378 40695-501;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
DEPT OF THE NAVY USA Tender
Solid Waste Management
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Integrated Solid Waste Management (iswm) For General And Medical Wastes Collection, Transportation & Disposal Services In The U.s. Commander Fleet Activities Yokosuka (cfay), Japan
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Etirs Analog Tachometer Frequency
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With Federal
acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In
this Notice. Naval Surface Warfare Center Indian Head Division (nswc Ihd), Located In Indian Head,
maryland Intends To Award A Firm Fixed Price (ffp) Purchase Order Using Simplified Acquisition
procedures For: Medical-grade Mobile Temperature Management Units (qty 8) (ppid C720). This
solicitation Will Be Competed As Small Business Set Aside. This Announcement Constitutes The Only
solicitation. Quotes Are Being Requested Under Request For Quotation (rfq) No. N0017425r0022. The
naics Code Is 325998 And The Business Size Standard Is 650. The Provisions And Clauses Included
and/or Incorporated In This Solicitation Document Are Those In Effect Through The Federal
acquisition Circular. This Rfq Incorporates All Provisions And Clauses In Effect Through Federal
acquisition Circular Fac 2020-01 And The Defense Federal Acquisition Regulation Supplement (dfars)
dpn 20190531.
the Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor
whose Quote, Conforming To The Solicitation That Will Be Most Advantageous To The Government, Price
and Other Factors Considered. The Government Intends To Evaluate All Timely Quotes Received From
eligible Vendors On A Lowest Price Technically Acceptable (lpta) Basis. The Government Intends To
evaluate Quotations And Award A Contract Without Discussions With Quoters. The Government Reserves
the Right To Conduct Discussions If The Contracting Officer Later Determines Them To Be Necessary.
evaluation Factors (in Order Of Importance) 1. Technical – Quotes Submitted Shall Address All Requirements Included In The Rfq And Sow
2. Price – Quotes Must Include All Applicable Costs. Submitted Quotes Are Not To Exceed 250,000.00
(simplified Acquisition Threshold).
quote Packages Are Due By 30 January 2025 11:00 Am Est (cob). Late Quotes Will Not Be Considered.
please Fill In Clauses In Rfq As They Apply To Your Business. Quote Packages Shall Be Sent To
latrice.t.whitfield.civ@us.navy.mil, L Please Contain A Cover Sheet That Provides The Following
information:
1. Official Company Name;
2. Point Of Contact Including Email, Name And Phone Number; And
3. Duns Number And Cage Code.
the Points Of Contact For This Acquisition Is
latrice Whitfield, At Latrice.t.whitfiled.civ@us.navy.mil
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Usns Supply Lube Oil Pump Overhaul
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Nsn 7r-1680-016219044-p8, Ref Nr P8me05601-104, Qty 1 Ea, Delivery Fob Origin. 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 Depositedin 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. 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.
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
P1334 Child Development Center, Nsa Hampton Roads, Norfolk, Virginia
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Brand Name this Acquisition Will Be Negotiated On A Brand Name Basis With Danfoss Inc., Per Far 6.302-1 Utilizing Far Parts 12 And 13, Commercial And Simplified Acquisition Procedure. authorized Small Business Distributors May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals Prior To The Offer Due Date, Which Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. A Determination Not To Compete This Action Based Upon Responses Received To This Notice Is Solely Within The Discretion Of The Government. award Of Firm-fixed Price Supply Type Contract Is Anticipated. it Is Anticipated That The Solicitation Will Be Posted To The Sam.gov Website On Or About 23 Januaary 2025 With Quotes Due On Or About 30 January 2025. prospective Offerors Are Responsible For Downloading Their Own Copy Of The Solicitation From The Sam.gov Website And For Frequently Monitoring The Site For Any Amendments. The Government Is Not Responsible For Any Inability Of The Offeror To Access The Posted Documents. i Am Currently Teleworking, The Best Way To Contact Me Is By Email. email Questions To: Lorraine.m.small.civ@us.navy.mil
671-680 of 2641 archived Tenders