Electrical Tenders
Electrical Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va).
the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For The Ehrm Infrastructure Upgrades Data Center Construction Project At The St. Louis Va Medical Center (vamc) Located At 1 Jefferson Barracks Dr., St. Louis, Mo 63125. project Description:
the St. Louis (jefferson Barracks) Vamc Is Seeking A General Contractor To Furnish All Labor, Tools, Materials, Equipment, And Supervision To Construct A New Ehrm Data Center In The Basement Of Bldg. 56. The Current Data Center In Bldg. 1 Will Be Relocated To Bldg. 56. The Scope Of This Project Includes But Not Limited To The Following Infrastructure Improvements: Electrical (power (normal, Emergency), Lighting), Bonding, Ups, Building Management System Interfaces, Assess For New Hvac, New Space Construction (walls, Doors, Finishes), Fire Suppression System, Communication Infrastructure (new Data Outlets, Patch Panels, Cat 6a Cable), Physical Security, Fiber Infrastructure Backbone Connectivity To Mda. procurement Information:
the Proposed Project Will Be A Competitive Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued As Either A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process.
this Project Is Planned For Advertising In March 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $5,000,000.00 And $10,000,000.00. The Applicable North American Industry Classification System (naics) Code Is 236220 With A Size Standard Of $45 Million. The Duration Of The Project Is Currently Estimated At 240 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Labor, Materials And Equipment Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm.
the Results And Analysis Of The Market Research Will Determine Whether To Limit Competition Among The Small Business Categories, Proceed With Full And Open Competition As Other Than Small Business, Or Use A Tiered Set-aside Evaluation. The Type Of Socioeconomic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. All Socioeconomic Categories Are Encouraged To Respond To This Announcement. capability Statement:
respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Unique Entity Identifier Number Associate With Sam.gov, Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission.
section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Seven (7) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work.
describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Dun & Bradstreet Number, Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary Point Of Contact Listed Below By February 13, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac)
6100 Oak Tree Blvd., Suite 490
independence, Oh 44131 primary Point Of Contact:
thomas Council
contract Specialist
thomas.council@va.gov
DEPT OF THE ARMY USA Tender
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Description: Air Compressor Must Meet The Following Requirements:- must Have 230/460 Volt 3 Phase- direct Coupled, Will Not Accept Belt Driven Compressor- drive And Fan Motor Must Be Totally Enclosed, Fan Cooled- extended Service Intervals Should Be 4000-hour Fluid Filter And 8000 Hour Separator- must Have A Nema 4 Electrical Rating- must Have A Low Sound Enclosure- must Have Factory-filled 8000 Hour Quinsyn-plus Fluid- wye Delta Reduced Voltage Starter- airlogic Advanced Intelligent Controller With Color Display- must Have A Minimum Of 20 Horsepower- must Have A Minimum Of 97.2 Acfm Flow - must Have A Minimum Of 125 Psig Full Load Pressure- discharge Size No Less Than 1? Npt- maximum Ambient Temperature 115f- minimum Ambient Temperature 32f- must Have A 3.43 Gallon Fluid Capacity- sound From Compressor Cannot Exceed 67dba- dimensions Must Be As Close To These Dimensions As Possible, 56.4l X 33.1w X 50.3 Hwarranty Requirements:- 5-year Airend Warranty- 5-year Drive Motor- 5-year Heat Exchanger- 5-year Separator Tank
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents
Details: This Is Not A Request For Proposal. This Is A Request For Standard Form (sf) 330 Architect-engineer Qualifications Packages Only. All Information Needed To Submit Sf 330 Documents Is Contained Herein. No Solicitation Package, Technical Information, Or Bidder/plan Holder List Will Be Issued. The Government Will Not Pay, Nor Reimburse, Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement.
1. General Information
veterans Health Administration (vha) Program Contracting Activity Central (pcac) Is Seeking Sources And Intends To Award A Firm Fixed Price Design Contract For Architect-engineer (a-e) Services For The Development Of Complete Construction Documents, Which Include Working Drawings, Specifications, Reports, Construction Period Services, And Commissioning For Project #â 687-25-701 Ehrm Infrastructure Upgrades Tier 2 Data Center Design At The Jonathan M. Wainwright Memorial Va Medical Center In Walla Walla, Washington.
the A E Services Contract That Is Anticipated To Be Awarded Will Be Procured In Accordance With The Selection Of Architects And Engineers Statute [formerly Known As The Brooks Architect Engineer Act], Federal Acquisition Regulation (far) Subpart 36.6 Architectural And Engineering Services, Va Acquisition Regulation (vaar) 836.6, And Va Acquisition Manual (vaam) M836.6 Architect-engineer Services. In Accordance With Far 36.209, Construction Contracts With Architect-engineer Firms, No Contract For The Construction Of A Project Shall Be Awarded To The Firm That Designed The Project Or Its Subsidiaries Or Affiliates, Except With The Approval Of The Head Of The Agency Or Authorized Representative.
2. Project Information
this Project Is A 100% Set-aside For Service-disabled Veteran-owned Small Business (sdvosb) Concerns. The Naics Code For This Procurement Is 541330 Engineering Services And The Annual Small Business Size Standard Is $25.5m. A Full Design Team Is Required To Complete This Project. The Va Expects To Award The Anticipated A-e Contract By Late June 2025.
the Vaar Magnitude Of Construction Is Between $10,000,000 And $20,000,000. The Anticipated Period Of Performance For Completion Of Design Is 365 Calendar Days After Notice Of Award (noa). The 365-calendar-day Period Of Performance Begins With The Issuance Of The Noa And A Notice To Proceed (ntp) Will Not Be Issued For The Completion Of A Design Project.
3. A-e Selection Process
firms Submitting Sf 330s In Response To This Announcement, Not Later Than The Closing Date And Time Specified Herein And In Accordance With Submission Requirements, Will Be Considered For Evaluation. The Selection Will Be Made As Follows:
sf 330s Will Be Evaluated In Accordance With The Primary Selection Criteria As Stated In This Pre-solicitation Notice. These Evaluations Will Determine The Most Highly Qualified Firms For This Particular Requirement. In Accordance With Far 36.602-3(c), At Least Three Of The Most Highly Qualified Firms Will Then Be Notified Of The Government S Intent To Hold Discussions. All Firms Not Invited To Participate In Discussions Will Be Notified At This Time. In Accordance With Far 36.607(b), Any Requested Debriefings Of Successful And Unsuccessful Firms Will Be Held After Final Selection Has Taken Place And Will Be Conducted, To The Extent Practicable, In Accordance With 15.503, 15.506(b) Through (f), And 15.507(c). Note That 15.506(d)(2) Through (d)(5) Do Not Apply To Architect-engineer Contracts.
discussions Will Be Held With The Most Highly Qualified Firms In The Form Of Written Responses. The Firms Invited To Participate In Discussions Will Be Notified By Email And Provided Further Instructions, Including Any Questions Or Topics To Address. Following The Completion Of Discussions, The Firms Will Be Evaluated And Ranked Based On The Primary And (if Necessary) Secondary Selection Criteria. The Final Evaluation And Ranking Will Consider The Sf 330 Submission For Each Firm, As Well As Additional Information Obtained Via Discussions. The Highest Rated Firm Will Be Selected To Receive The Solicitation And Engage In Negotiations.
the Solicitation Will Be Issued To The Highest Rated Firm As A Request For Fee Proposal (rfp). All Sow Attachments And Site-specific Documentation Will Be Provided To The Highest Rated Firm With The Rfp. A Site Visit Will Be Authorized During The Negotiation Process. An Award Will Then Be Made As Long As The Negotiation Of Rates And Hours Leads To A Fair And Reasonable Determination Of The Final Contract Price. If Negotiations With The Highest Rated Firm Are Unsuccessful, The Firm Will Be Notified That Negotiations Have Been Terminated. Negotiations Will Then Be Initiated With The Next Highest Rated Firm, And So On Until Award Can Be Made.
4. Selection Criteria
the Factors Below Are Listed In Descending Order Of Importance. The Evaluation Will Consider How Each Factor Is Addressed And How It Is Formatted To Coincide With The Selection Criteria. Submissions Will Be Evaluated Based Only On The Criteria Specified Below. Additional Information Should Not Be Included.
primary Selection Criteria
professional Qualifications:
professional Qualifications Necessary For Satisfactory Performance Of Required Service. The A-e Shall Demonstrate They Are Able To Sign And Stamp Each Drawing By Individuals Licensed In Any State In The United States For The Key Positions Listed Below. Provide Professional License Numbers And/or Proof Of Licensure. The Evaluation Shall Consider The Specific Experience (minimum Of Five Years) And Qualifications (i.e., Education, Training, Registration, Certifications, Overall Relevant Experience, And Longevity With The Firm As Full-time Employees) Of Personnel Proposed For Assignment To The Project, And Their Record Of Working Together As A Team When Evaluating Professional Qualifications. The Lead Designer In Each Discipline Must Be Registered But Does Not Have To Be Registered In The Particular State Where The Project Is Located. Discipline Requiring Washington State License Is Structural Engineer. a Resume For Each Of These Key Positions Must Be Provided Via Section E In The Sf330. Key Positions And Disciplines Required For This Project Include, But Are Not Limited To: architect (leed Certification/us Green Build Council Certification)
registered Communications Distribution Designer (rcdd)
cost Estimator
civil Engineer
electrical Engineer
environmental Engineer
fire Protection Engineer
low Voltage Engineer mechanical Engineer
plumbing Engineer
project Manager
quality Assurance Manager
structural Engineer (must Be Licensed In Washington State)
physical Security Specialists
commissioning Agent offer Must Include The Following Statement Of Sdvosb Compliance When Submitting The Personnel Proposed To Perform The Work Under This Requirement: I [signatory Authority] ___________________, [company] __________________, Certify That The Sdvosb Prime Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To The Prime For Contract Performance To Firms That Are Not Certified Sdvosbs By The Small Business Association S Veteran Small Business Certification (vetcert) In Compliance Of Va Acquisition Regulation (vaar) 852.219-75. only The Information Provided In Sections C Through E Of The Sf 330 Will Be Used To Evaluate This Factor. specialized Experience And Technical Competence:
specialized Experience And Technical Competence In The Design And Construction Period Services Shall Be Provided For Network Infrastructure Installation, Renovations, Or Upgrades. Project Experience Should Include Data Cabling, Historic District And Consultation, Structured Cabling, Electrical Distribution Design, Electrical Upgrades, Uninterruptable Power Systems (ups), Electrical Bonding, Building Management Systems/building Automation Systems (bms/bas), Hvac, It Room Renovations, Data Centers/server Rooms Relocation, Design For Seismic Areas, And Electronic Security, Physical Security, Duct Bank And Direct Boring Operations. Other Specialized Experience To Provide Should Include Experience In Critical Path Scheduling, Fire Protection, Construction Infection Control Protocols, Energy Conservation, Transition, And Sustainable Design Practices. submissions Shall Include No More And No Less Than Five (5) Recent And Relevant Government And Private Experience Projects Similar In Size Scope And Complexity, And Experience With The Type Of Projects/competence Above. Relevant Is Defined As Those Task Requirements Identified In The Statement Of Work. Recent Is Defined As Services Provided Within The Past Five (5) Years. Each Project Shall Include The Following:
project Title, Location And Detailed Narrative Describing The Scope Of Services Provided Including The Type Of Work Performed By The Offeror And Its Role In The Project I.e. Prime Contract, Teaming Partner Or Subcontractor
project Owner, Owner S Point Of Contact Including Telephone Number And Email Address.
services & Deliverables Provided Under The Contract/task Order
period Of Performance, Including Start And Completion Dates
total Dollar Value Of The Project
ae Cost Estimate Vs. Actual Construction Cost
contract Number Associated With The Project. section G Will Used To Evaluate The Prior Experience Of The Prime Firm And Any Key Subcontractors Working Together On The Provided Relevant Projects.
the Offeror Shall Include Narratives Addressing The Following Topics In Section H. Simply Re-stating This List In Section H Will Not Be Sufficient. The Narrative Of How The Firm Addresses Each Of These Will Be Evaluated.
1. The Management Approach
2. The Coordination Of Disciplines And Subcontractors
3. Quality Control Procedures, And
4. Familiarity With Va Design Guides/manuals, Master Specifications And Other Applicable Standards. capacity:
the Evaluation Will Consider The Firm S Ability To Meet The Schedule Of The Overall Project, As Well As The Available Capacity Of Key Disciplines To Perform The Work In The Required Time. Provide The Available Capacity Of Key Disciplines By Providing Current Project Workload, Inclusive Of All Projects Awarded By The Va, Any Federal Agency, And Private Sector, During The Previous Twelve (12) Months Or Any Active Projects At Pcac. Include The Full Potential Value Of Any Current Indefinite Delivery Contracts The Prime Firm Has Been Awarded From Any Source. Offeror Shall Clearly State Their Available Capacity Presenting Workload Percentages For The Key Disciplines And/or Team Members. Also, The Offeror Must Provide The Award Date, Completion Percentages And Expected Completion Date For The Va Projects Awarded In The Previous Twelve (12) Months Or Active At Pcac. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. Please Ensure The Capacity Applies Toward The Team/personnel Provided In The Sf 330 past Performance:
past Performance Will Be Evaluated On Contracts With Government Agencies And Private Industry In Terms Of Cost Control, Quality Of Work, And Compliance With Performance Schedules. past Performance Will Be Evaluated For All Projects Provided In Section F. The Contractor Performance Assessment Rating System (cpars) Database Will Be Reviewed To Evaluate The Projects That Have A Va Cpars Entry. Va Cpars Are Not Required To Be Submitted With The Sf330 Submission. The Contract Number For The Project Must Be Submitted For Each Project Provided In Section F So Cpars Can Be Reviewed In The Database. Please Note We Are Unable To Review Any Cpars From Other Federal Agencies Outside Of The Va. for Any Project That Does Not Have Va Cpars Data Available, A Past Performance Questionnaire (ppq) Is Required To Be Submitted With The Sf330. If The Firm (prime Or Subcontractor) Was Not The Prime Contractor On Any Project Submitted In The Sf330, A Ppq Must Be Submitted Listing Their Specific Role (key Disciplines) As A Subcontractor. The Ppq Should Be Rated And Signed By The Evaluator. In The Event That A Firm Does Not Receive A Requested Complete Ppq From An Evaluator Prior To The Time For Submission, The Firm Shall Submit The Partially Completed Ppq With Section 1 And The Evaluator Information In Section 2 Completed. Ensure A Poc Is Listed With The Project Title/contract Number. The Va Will Make Reasonable Attempts To Contact The Poc Upon Submission For Ppq Completion. the Government May Consider Additional Performance Related Information Regarding The Firm, To Include Customer Inquiries, Government Databases, Publicly Available Sources, And Additional Projects In Cpars. The Government Reserves The Right To Contact Any Poc Listed On A Cpars Report Or Ppq. If Appropriate, The Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services May Be Evaluated. failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Will Result In A Firm Being Considered Less Qualified. The Information For This Factor Shall Be Provided In Section H Of The Sf 330. for Ppqs, Please Utilize The Attached Ppq Document. Completed Ppqs Should Be Incorporated Into The Sf 330 Directly. Ppqs Should Not Be Submitted To The Vha Pcac Directly. Any Ppqs Will Not Be Counted Towards The Page Limitations For This Submission. However, Any Narratives Provided For Past Performance In Section H Will Be Counted Toward The Page Limit. experience In Construction Period Services:
experience In Construction Period Services Must Be Demonstrated Via Project Experience. These May Be The Same Projects Identified Above In Factor 2; However, The Firm Shall Clearly Delineate The Types Of Construction Period Services Performed For Each. Refer To The Statement Of Work For Review Timeline Expectations. Project Descriptions Must Include Experience With: solicitation Support Services,
professional Field Inspections During The Construction Period
coordination With Commissioning Requirements
review Of Construction Submittals
support In Answering Requests For Information During The Construction Period
support Of Construction Contract Changes To Include Drafting Statements Of Work And Cost Estimates
providing Minutes Of Meetings Between The Ae, Va, And Contractors
pre-final Inspection Site Visits
generation Of Punch-list Reports, And
production Of As-built Documentation.
the Firm Shall Provide A Detailed Description Of Projects Worked That Illustrate Experience In These Ten Areas. Projects Must Be Within The Last Ten (10) Years.
in Addition, The Firm Must Include A Description Of Experience Addressing Unforeseen Conditions And Emergent Situations, Conducting Situation Evaluations And Make Midcourse Corrections. Include Description On How The Firm Can Be Proactive Or Responsive In These Situations.
the Information For This Factor Shall Be Provided In Section H Of The Sf 330. knowledge Of Locality: demonstrate And Describe Experience In The Local Area And The Specific Knowledge Of Certain Local Conditions Or Project Site Features The Experience Provided. This Description May Include (if Applicable): any Prime Firm Or Subcontractor Experience Within The Visn Or At The Vamc
state Or Local Construction Codes, Laws, Or Regulations
climate And Seismic Related Conditions Or Features
the Information For This Factor Shall Be Provided In Section H Of The Sf 330.
note: The Intent Of This Factor Is To Showcase A Firm S Understanding Of The Site And Locality, And Not Where The Firm Is Located, How Far Away The Firm/branch Office Is From The Site, And How They Would Travel To The Site. Information Related To The Firm S Location Shall Instead Be Provided In Section H Under Secondary Selection Criterion Factor Geographic Location. See Below. secondary Selection Criterion*
geographic Location Of The Firm, As Measured By The Driving Distance (miles) Between The Offeror S Principal Business Location And The Jonathan M. Wainwright Memorial Va Medical Center Located At 77 Wainwright Dr., Walla Walla, Wa 99362. Determination Of The Mileage Will Be Based On Google Maps (https://www.google.com/maps/dir/).
*the Secondary Selection Criterion Is Used As A Tiebreaker, If Necessary, In Ranking The Most Highly Qualified Firms Following The Completion Of Discussions. The Secondary Selection Criterion Will Not Be Applied When Determining A Firm S Sf 330 Submission Highly Qualified Or Not Highly Qualified. 5. Submission Requirements
the Information Below Contains The Instructions And Format That Must Be Followed For The Submission Of The Sf 330 Statement Of Qualifications:
submit One (1) Sf 330 Statement Of Qualifications Package To Contract Specialist Hope Sigala At Hope.sigala@va.gov. This Must Include Parts I And Ii And Any Applicable Attachments.
the Submission Must Include The Sf 330, Architect-engineer Qualifications (form Is Available Online At Https://www.gsa.gov/reference/forms/architectengineer-qualifications).
the Sf 330 Submission Is Due By 1:00 Pm Et On March 7, 2025.
the Sf 330 Must Be Submitted In One Email And Have A File Size No Larger Than 5 Mb. No Hard Copies Will Be Accepted.
the Subject Line Of The Email Must Read: Sf 330 Submission - 36c77625r0032 Walla Walla Ehrm Design - Firm Name.
other Than A Title Page, The Sf 330 Submission Must Not Include Photographs.
the Sf 330 Submission Must Not Exceed A Total Of 30 Pages. This Includes Title Page, Table Of Contents, And Any Other Relevant Information. Any Pages Submitted By An Offeror That Exceed The Limit Will Not Be Considered During The Evaluation. Each Page Must Be In Arial Size 12 Font, Single Spaced. Part Ii Of The Sf 330 And Any Cpars Or Ppqs Will Not Count Toward The Page Limitation.
the Sf 330 Must Include The Following Information In Section B:
1) Sam Unique Entity Identifier
2) Tax Id Number
3) Cage Code
4) Primary Point Of Contact S Email Address And Phone Number
all Questions Must Be Submitted To Hope.sigala@va.gov. With The Subject Line Sf 330 Questions - Walla Walla Ehrm Design. The Cutoff For Question Submissions Is 1:00 Pm Et On February 21, 2025. Questions Will Be Answered Through Modification To The Presolicitation Notice Posted To Contract Opportunities At Sam.gov.
this Procurement Is A 100% Set-aside For Sdvosb Concerns. Offers Received From Other Than Sdvosbs Will Not Be Considered. Offerors Must Be Certified As Sdvosbs By The U.s. Small Business Administration (sba) And Visible In The Veteran Small Business Certification (vetcert) Database (https://veterans.certify.sba.gov/) At The Time Of Sf 330 Submission, Written Responses, And Award. Failure To Be Certified In The Vetcert Database At These Times Will Result In The Offeror Being Deemed Ineligible For Award.
all Joint Ventures Must Be Sba Certified At The Time Of Sf 330 Submission, Written Responses, And Award And Must Submit Agreements That Comply With 13 Cfr 128.402 Prior To Contract Award.
all Prime Firms Must Meet The Naics Code Requirement Specified In This Notice. The Contracting Officer Will Verify The Naics Code In Vetcert. Failure To Meet The Naics Code Requirement May Result In The Rejection Of The Sf 330 Submission.
sf 330 Submissions Received After The Date And Time Specified Will Not Be Considered. Late Proposal Rules Per Far 15.208 Will Be Followed For Late Submittals. Firms Not Providing The Required Information May Not Be Evaluated. All Information Must Be Included In The Sf 330 Submission Package.
it Is The Offeror S Responsibility To Check The Contract Opportunities Website At Sam.gov For Any Revisions To This Announcement Prior To Submitting Their Sf 330.
sf 330 Submissions Not Consistent With The Requirements And Selection Criteria Of This Notice May Be Determined Unacceptable And Removed From Consideration.
DEFENSE LOGISTICS AGENCY USA Tender
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Description: Proposed Procurement For Nsn 5120011353287 Inserter,electrical:
line 0001 Qty 19 Ui Ea Deliver To: By: 0105 Days Ado
this Solicitation May Result In An Automated Idc (indefinite Delivery Contract). The Term Of The Contract/order Will Be One Year Or Until The Aggregate Total Of Orders Placed Against The Contract/order Reach 250000.00. The Estimated Number Of Orders Per Year Is 4. The Guaranteed Minimum Quantity Will Be 2. Items Will Be Shipped To Various Conus And Oconus (via Consolidation And Containerization Point) Dla Depots.
approved Source Is 50541 S/mont1.0060.
the Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Specifications, Plans, Or Drawings Are Not Available.
all Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered.
quotes Must Be Submitted Electronically.
DEFENSE LOGISTICS AGENCY USA Tender
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Description: Proposed Procurement For Nsn 6145010062835 Wire,electrical:
line 0001 Qty 4321 Ui Ft Deliver To: By: 0078 Days Ado
this Solicitation May Result In An Automated Idc (indefinite Delivery Contract). The Term Of The Contract/order Will Be One Year Or Until The Aggregate Total Of Orders Placed Against The Contract/order Reach 250000.00. The Estimated Number Of Orders Per Year Is 12. The Guaranteed Minimum Quantity Will Be 648. Items Will Be Shipped To Various Conus And Oconus (via Consolidation And Containerization Point) Dla Depots.
this Is A Qualified Products List (qpl) Item. The Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Military Specifications And Standards May Be Retrieved, Or Ordered, Electronically.
all Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered.
quotes Must Be Submitted Electronically.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: This Is Not A Solicitation Announcement. This Is A Sources Sought Notice Only. This Sources Sought Notice Is Intended For Information And Planning Purposes Only At This Time; And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs. Because This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Solicitation Exists. Therefore, Do Not Request A Copy Of A Solicitation.
the Department Of Veterans Affairs (va), Visn 4, Network Contracting Office 4 (nco 4), Is Seeking Information And Potential Qualified Sources Capable Of Providing Brand Name Or Equal Floor Scrubbers. The Scrubbers Will Be Delivered To The Philadelphia Va Medical Center, Located In Philadelphia, Pa 19104. background: the Corporal Michael J. Crescenz Veterans Affairs Medical Center (cmjcvamc) Environmental Management Services (ems) Located At 3900 Woodland Avenue, Philadelphia Pa 19104, Has A New Requirement For The Purchase Of New Brand Name Or Equal Floor/cleaning Equipment To Maintain Floors And Hard Surfaces On A Consistent Basis, Enable Ems To Scrub More Square Footage In A Timely Manner. The Environmental Management Service Requires Specific Equipment To Properly Maintain The Cleanliness Within The Facility. history Of The Requirement: new Equipment To Replace Broken Outdated Equipment, Ems Has Recently Had To Turn In Multiple Pieces Of Broken Equipment That Is Past Its Life Expectancy. Ems Is Down Multiple Pieces Of Equipment And Maintaining Floors Is A Major Challenge.
new Equipment Would Ensure That The Ems Will Meet The Needs Of All Floor Projects On Multiple Shifts. Cutting Down On Fulltime Employee (fte) Overtime Costs For Floor Projects. equipment Requirements: The Cmjcvamc Has A Requirement For The Purchase Of These Brand Name Or Equal Items: Six (6) Nobles Asc-15 All Surface Cleaning Machine, Six (6) New Tennant Cs5 Micro-scrubber, Two (2) New Tennant T350 Stand-on Disk Floor Scrubber, Ten (10) New Tennant 24 Gal. Wet-dry Vacuums With Pump And Front Mount Squeegee. Ems Department Needs Cleaning Equipment That Is More Advanced And Will Make Maintaining The Floors And Hard Surfaces Throughout The Hospital More Efficient. The Ems Department Needs All Surface Cleaning Machines That Are Quiet, User Friendly, Environmentally Friendly And Can Adjust With Changes In Surfaces. Ems Needs Equipment That Can Effectively Clean Hard Surface With No Touch Process. detailed Description Of Requirement: The Awarded Contractor Shall Be Responsible For: delivery And Setting Up Of Six (6) Nobles Asc-15 All Surface Cleaning Machine Or Equal, That Can Clean A Variety Of Hard Surfaces, Has A No Touch Process And Can Rinse And Dry The Surface.
delivery And Setting Up Of Six (6) New Tennant Cs5 Micro-scrubber Or Equal, That Is A Small Portable Design. Has Solution Tank For Clean And Dirty Water And Dries Floor Leaving It Safer.
delivery And Setting Up Of Two (2) New Tennant T350 Stand-on Disk Floor Scrubber Or Equal, That Can Clean Obstructed Spaces Quickly And Easily With Maneuverability.
delivery And Setting Up Of Ten (10) New Tennant Wet-dry Vacuums Or Equal, That Can Be Used In Wet, Dry And Flooded Conditions And Are Easy To Move And Empty. deliverables Required:
equipment Required:
the Equipment Provide By The Contractor Must Meet; The Brand Name Equipment Identified Below Based On The Salient Characteristics . asc-15 All-surface Cleaning Machine
specifications/salient Characteristics: Quantity: 6
solution Tank Capacity: Minimum 15 Gal / 56.7 L
recovery Tank Capacity: Minimum 19 Gal / 71.9 L
power Cord Lenth: Minimum 25 Ft / 7.6 M, Gfci
sound Level: Maximum 82 Dba (operators Ear)
vacuum/recovery System: Minimum
airflow At 2 In / 50 Mm Orifice: 99 Cfm / 2.8 M3/hr.
water Lift At Sealed Orifice: 117 In / 2982 Mm
blower System: Minimum
water Lift At Sealed Orifice: 91 In / 2311 Mm
motor: 120 V Ac / 1000 Watts
new Tennant Cs5 Micro-scrubber
specifications/salient Characteristics: Quantity: 6
estimated Coverage/productivity Up To 10,505 Sq Ft/ 976 Sq M
weight 43.65 Lbs. Or Lighter With Standard Battery
squeegee Width Maximum 14.96 In
estimated Runtime 50 Mins
battery Charger Type Corded
machine Length Maximum 24.21 In Upright And 30.31 In Handle Folded
cleaning Path Maximum 11 In
recovery Tank Minimum Of 1.3 Gal
solution Tank Minimum Of 1.3 Gal
sound Level Maximum Of 63 Dba
main Down Pressure Up To 26 Lb.
charger Type: Off Board
head Type: Disk
machine Height Maximum Of 41.29 In And 15.7 In Handle Folded new Tennant T350 Stand-on Floor Scrubber
specifications/salient Characteristics: Quantity: 2
estimated Coverage/productivity Up To 38,016 Sq Ft/ 3535 Sq M
solution Tank Capacity Minimum 14.1 Gal
sound Level Maximum 63.7 Dba
main Down Pressure Up To 91 Lb.
pad Rpms Up To 275 Rpm
cleaning Path Minimum 20 In, 24 In
recovery Tank Capacity Minimum 18.4 Gal
squeegee Width Maximum 30.1 In, 31.2 In
machine Type Stand On, Ride On
estimated Run Time Minimum Of 4 Hours new Tennant 24 Gal. Wet-dry Vacuums With Pump And Front Mount Squeegee
specifications/salient Characteristics: Quantity: 10
weight Maximum 48.7 Lb.
sound Level Maximum 70 Dba
tank Capacity Minimum 24 Gal
filter Type Hepa Or Comparable
machine Maximum Height 36 In
power Cord Length Minimum 40ft
machine Width Maximum 36in
machine Length Maximum 23 In incidental Services: the Contractor Shall Provide All Equipment That Includes Necessary Parts And Accessories That Enable The Equipment To Be Fully Operational Upon Delivery (batteries, Pad Driver, Pads, Brushes, Squeegee Blades, Attachments, User Manuals, Onboard Chargers, Etc.). The Contractor Shall Provide All Tools Kits And Information Materials To Allow The Government To Complete Routine Maintenance. the Contractor Shall Provide Operation And Training Manuals For All Equipment Upon Delivery. vendor Will Provide Delivery And Set Up New Equipment Purchased. Equipment Will Be Delivered Within 30 Days After Receipt Of Order. Vendor Will Train Designated Ems Personnel On Equipment Use And Care. Vendor Will Review All Warranty Information And Provide In Writing Warranty Information To The Administrative Officer Of The Ems Department. delivery Instructions: all Equipment Will Be Delivered To Loading Dock 2 At The Main Facility, 3900 Woodland Ave. Philadelphia Pa 19104. Deliveries Can Be Made Monday To Friday From 8am To 2pm Est. training: training On Equipment Needs To Be Completed Within The First 30 Days After Delivery Of New Equipment. Training Will Be Coordinated With The Poc. All Training Needs To Be Completed In Person And A Specific Day And Time Will Be Set With Contractor And Poc. Training Will Consist Of 10 To 15 Ems Employees. responses To This Rfi Should Include Company Name, Address, Point Of Contact, Phone Number, And Point Of Contact E-mail, Duns Number, Cage Code, Size Of Business Pursuant To North American Industry Classification Code (naics) 335210, Small Electrical Appliance Manufacturing. The Small Business Size Standard For This Naics Code Is 1,500 Employees. please Answer The Following Questions: please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Small Business (sb), Large Business, Etc.)?
is Your Company Considered Small Under The Naics Code Identified Under This Notice?
are You The Manufacturer, Distributor, Or An Equivalent Solution To The Items Being Referenced Above?
is The Product You Are Providing Information About Made By A Small Business Manufacturer Or A Large Business?
is The Product You Are Providing Information About Manufactured In The United States? If Not, Please Provide The Country Where The Unit Is Manufactured.
if You Are A Large Business, Do You Have Any Designated Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available).
if You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above Or An Equivalent Solution, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified?
if You Intend To Subcontract Any Work On This Contract, What Portion Of The Total Cost Will Be Self-performed/will Be Performed By Your Organization? Please Provide Estimated Detailed Percentage Breakdowns Related To Subcontracted Work And Completion Of Job.
does Your Company Have An Fss Contract With Gsa Or The Nac Or Are You A Contract Holder With Any Other Federal Contract? If So, Please Provide The Contract Number.
if You Are An Fss Gsa/nac Contract Holder Or Other Federal Contract Holder, Are The Items/solution You Are Providing Information For Available On Your Schedule/contract?
general Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award.
please Submit Your Capabilities Regarding The Salient Characteristics Detailed Above To Establish Capabilities For Planning Purposes.
please Review Salient Characteristics/statement Of Work (if Applicable) And Provide Feedback Or Suggestions. If None, Please Reply As N/a.
please Provide Your Unique Entity Id. this Sources Sought Notice Will Be Conducted In Accordance With Federal Acquisition Regulation (far) Part 13. Telephone Responses Will Not Be Accepted. Responses Must Be Received Via E-mail To Mcdaniel.brayboy@va.gov No Later Than, 1:00 Pm Eastern Standard Time (est) On February 17, 2025. This Notice Will Help The Va In Determining Available Potential Sources Only. Do Not Contact Va Medical Center Staff Regarding This Requirement, As They Are Not Authorized To Discuss This Matter Related To This Procurement Action. All Questions Will Be Addressed By The Contract Specialist, Mcdaniel Brayboy Iii. all Firms Responding To This Sources Sought Notice Are Advised That Their Response Is Not A Request For Proposal, Therefore Will Not Be Considered For A Contract Award. if A Solicitation Is Issued, Information Will Be Posted On The Contract Opportunities Website For All Qualified Interested Parties At A Later Date, And Interested Parties Must Respond To The Solicitation To Be Considered For Award. This Notice Does Not Commit The Government To Contract For Any Supplies Or Services. The Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Source Sought Notice. Information Will Only Be Accepted In Writing By E-mail To Contract Specialist, Mcdaniel Brayboy Iii At Mcdaniel.brayboy@va.gov disclaimer this Sources Sought Notice Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Notice That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice.
DEPT OF THE NAVY USA Tender
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Description: Contact Information|4|n97113a|feb|717-605-4356|joshua.d.martin76.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)|n/a|tbd|n/a|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|joshua.d.martin76.civ@us.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| This Solicitation Contains Multiple Clins; Therefore Award Will Be Based On Total Dollar Value And Not Individual Unit Price. P/n# Ms16997-142 (80205) P/n# Ms16997-99 (80205) View The Drawings: Go To Www.https://beta.sam.gov/ Click: Contract Opportunities And Enter The Solicitation Number. This Gives You Access To The Electronic Solicitation. Drawings Can Be Viewed Or Downloaded. 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 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. 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Screw,cap,socket He . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Screw,cap,socket He Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ; Mil Spec P/n: Ms16997-142 Screw, Cap, Socket Head Cage Code (96906) ; . 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 P/n: Ms16997-142 Screw, Cap, Socket Head Cage Code (96906) 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Screw,cap,socket He . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Screw,cap,socket He Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n Ms16997-59 Mil-speck Screw, Cap, Socket Head Cage Code (96906); . 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. P/n Ms16997-59 Mil-speck Screw, Cap, Socket Head Cage Code (96906)
DEPT OF THE NAVY USA Tender
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Description: Contact Information|4|n97113a|faa|717-605-4356|joshua.d.martin76.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)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|joshua.d.martin76.civ@us.navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
qualification Requirements (feb 1995)|2|||
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|325520|500||||||||||||
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 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 Method Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Compound,crsn Prev .
2. Applicable Documents - Not Applicable
3. Requirements
3.1 Manufacturing And Design - The Compound,crsn Prev Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;p/n: M81309-a2co2 Cage 81349; .
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.)
3.4 Shelf Life Requirement - The Following Is Excerpts From Dod 4140.27-m Shelf Life Management Manual. This Requirement Is Mandated By Mil-std-129p Referenced Under The Preservation, Packing And Marking Portion Of This Tdp.
2-12. 85 Percent Shelf-life Remaining Requirement Applicable To Acquisition/procurement A. Acquisition/procurement Documentation Shall Specify That Shelf-life Items/material Will Have Not Less Than 85 Percent (allowing For Rounding To Whole Months) Of Shelf-life Remaining At Time Of Receipt By The First Government Activity. Any Delivery
from A Contractor Not Having At Least 85 Percent Shelf-life Remaining Shall Normally Be Considered Non-conforming. Refer To Appendix E Of This Manual To Determine The Amount Of Time That 85% Equates To In Terms Of Remaining Shelf Life For Type I Or Type Ii
shelf-life Codes. B. In Supporting Imminent Use Or Consumption, The 85% Shelf-life Remaining On Receipt By First Government Activity May Be Modified Or Adjusted As Deemed Prudent At The Discretion Of Pms And Imms, When Support Alternative Arrangements Such As Ec, Pv, Dvd
or Local Purchase Are Effected. Use Of Support Alternatives For Shipment/delivery To Storage Facilities As Stock Will Conform To The 85% Rule.
2-13. Contractor Marking. Shelf Life Items Will Be Marked For Identification And Control. Markings, Shown Below The Item Identification Data Are Required On All Units, Intermediate, And Exterior Packs Or Unpacked Items, Shall Be Per Mil Std 129, Mil-std-130,
mil Std 290 (fsc 9150 Only), Or Fed Std 123, (references (m) Through (p)) Respectively, And Will Include The Following: A. For Type I Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Rubber Products Only), Date Assembled, Or Date Packed (subsistence Only); And Expiration Date. B. For Type Ii Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Other Rubber Products Only), Date Assembled, And Date Packed (subsistence Only), And Inspect/test Date. C. For Both Type I And Type Ii Markings In Subparagraphs A And B Above: The Date Shall Be Expressed By The Numeric Month And The Last 2 Digits Of The Calendar Year; I.e., 06/95, With The Day Of That Month Being The Last Day. D. Different Dates On Identical Items. When Two Or More Unit
packs Of Identical Items Bear Different Dates Of Manufacture, Dates Of Cure, Dates Of Pack, Or Dates Of Assembly, The Earliest Date Shall Be Shown On The Shipping Container. E. For Type I Drugs And Biologicals: The Expiration Date Only Is Required. The Expiration Date Should Be Marked In Accordance With Fed-spec Ppp C 186 (reference (q)). Manufacturer Date Shall Not Be Shown For Medical Items Having Expiration Dates. F. For Cure-dated Items: Shelf Life Markings On Physical Material Are Expressed By Month Or Quarter And Year Designations (i.e., 11/2001,or 3q2001). Shelf Life Periods End On The Last Day Of The Cited Month Or Quarter. Appendix E
shelf Life Codes Required Number Of Months/quarters Remaining Upon Receipt By The First Government Activity Type I Type Ii Months Quanters
shelf Life Period
non-deteriorative 0 0 N/a N/a
no Shelf-life Applies (zero) (zero)
01 Month A N/a 25 Days N/a
02 Months B N/a 50 Days N/a
03 Months C 1 75 Days N/a
04 Months D N/a 3 1
05 Months E N/a 4 1
06 Months F 2 5 2
09 Months G 3 8 3
12 Months (1.00-years) H 4 10 3
15 Months (1.25-years) J N/a 13 4
18 Months (1.50-years) K 5 15 5
21 Months (1.75-years) L N/a 18 6
24 Months (2.00-years) M 6 21 7
27 Months (2.25-years) N N/a 23 8
30 Months (2.50-years) P N/a 26 9
36 Months (3.00-years) Q 7 31 10
48 Months (4.00-years) R 8 41 14
60 Months (5.00-years) S 9 51 17
72 Months (6.00-years) I N/a 61 20
84 Months (7.00-years) T N/a 71 24
96 Months (8.00-years U N/a 82 27
variable Such As: V N/a 77, 113, 26, 38, 61
90, 132,216,228, Etc. 184, 194 65, Etc.
months Or Any Other Etc.
number Of Months Not
specifically Assigned.
120 Months (10-years) W N/a 102 34
180 Months (15-years) Y N/a 153 51
240 Months (20-years) Z N/a 204 68
shelf-life Period Greater N/a X 85 Percent 85 Percent
than 60 Months For Type Of Number Of Number
ii Extendible Items Months Months
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. If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours
of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod
standardization Documents. Mail Requests Should Be Submitted To: Navy Publishing And Printing Service (subscriptions) Building 4d 700 Robbins Ave. Phildelphia, Pa. 19111 Attn: Dodssp Requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462.
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. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To: Commanding Officer Naval Surface Warfare Center Port Hueneme Div Code 5a00 Port Hueneme, California 93043
e. 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.
f. 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
g. 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
h. 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
i. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
p/n: M81309-a2co2this Is A Qualified Product And May Only Be Sourced From A Co. That Is Qualified Product Certified.---for 3rd Party Vending The Cage/comp Listed In This Section Are Qpl Certified And Not Active In Sam.gov---cage:1kqx0-mitann Inc.---cage:4chc2
-armick Chemicals Llc
DEFENSE LOGISTICS AGENCY USA Tender
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents
Description: Proposed Procurement For Nsn 5977015633004 Holder,electrical C:
line 0001 Qty 48 Ui Pr Deliver To: W1a8 Dla Distribution By: 0089 Days Ado
approved Source Is 89357 W3t105161.
the Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Specifications, Plans, Or Drawings Are Not Available.
all Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered.
quotes Must Be Submitted Electronically.
21-30 of 8889 active Tenders