Manpower Tenders

Manpower Tenders

Medical Education Department Tender

Services
Manpower Supply
Eprocure
Corrigendum : Closing Date Modified
India
Description: Annual Rate Contract For Supply Of Manpower Services At Govt.medical College Dholur
Closing Soon10 Feb 2025
Tender AmountINR 30 Million (USD 346.2 K)

Indian Army Tender

Services
Manpower Supply
GEM
India
Description: CATEGORY: Manpower Outsourcing Services - Minimum wage - Skilled; Secondary School; Admin
Closing Date18 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Food Products
Corrigendum : Closing Date Modified
United States
Details: U.s. Army Contracting Division, Natick Contracting Division, Request For Pre-proposal (rfpp) Also Known As A “concept Paper.” area Of Interest: Soldier Sustainment Directorate, Combat Feeding Division. Development Of Integrated Scalable Technology For Production At The Pon Fornutritionally Tailoredrations In Military Operating Environments. objective: The U.s. Army Contracting Command, Natick, Invites Preproposals Under Botaa 22-01 Per 10 U.s.c. 4022 To Develop Automated Biomanufacturing Technology For Nutritionally Tailored Rations At The Pon In Operational Environments. This Rfpp Follows The Sources Sought Announcement (w911qy-24-biomfg) On Sam.gov And Outlines Guidelines From The Devcom Sc Botaa 22-01. Submissions Are Non-binding, And The Government Will Not Cover Submission Cost. the U.s. Army Combat Capabilities Development Command Soldier Center (devcom Sc), Located In Natick, Massachusetts, Is Seeking Proposals On The Capabilities And Willingness Of Non-traditional Defense Contractors, Or Contractors Meeting One Of The Exceptions To A Non-traditional Defense Contractor As Identified In The Aforementioned Botaa. The Intent Of This Project Is To Design, Fabricate And Assemble An Automated Prototype For The Biosynthetic Production Of Foodstuffs At The Pon In Military Operating Environments With Minimum Resources. background: The Government (devcom Soldier Center) Is Seeking A Biotechnology Integrator To Design, Fabricate And Integrate Pon Food Biomanufacturing Technology Scaled For Mobile Application And Targeted For Use In Contested Military Operating Environments Where Resources, Manpower And Space Are Limited. An Industry Day Is Planned To Be Hosted On Ms Teams And A Meeting Invitation Will Be Sent To Respondents Requesting To Participate, Dates To Be Published In The Subject Announcement On Sam.gov. project Overview: The Effort Will Be Initiated With Incremental Funding To Support The Design And Review Of The Proposed Base Fermentation Process. The Design Shall Be Configured To Rapidly Produce Nutritional Biomass. It Is Desired That The Proposed Process Be Configured To Support Future Integration And Process Optimization To Ultimately Produce High Quality Protein, Fat, Carbohydrate, Fiber And Other Vitamins And Minerals That Provide Complete Nutrition. It Is Further Desired That The Proposed Design Fosters Technology Advancement Process Optimization To Achieve The Threshold/objective Parameters Outlined In The Biosynthetic Nutrition Performance Metrics Chart. Following Approval And Availability Of Funds, The Base Process Will Be Fabricated And Integrated Within A Target Demonstrational Platform. While The Offeror Is Encouraged To Propose A Suitable Platform Upon Which The Process Will Be Configured, A Military Asset/platform May Be Provided By The Government To Support The Effort. Incremental Advancement Of The Biosynthetic Process Efficiency And Process Automation Is Also Desired. The Scope Of The Effort Will Be Focused On Development Of A Modular, Mobile Demonstrational Capability To Produce Nutritional Products (e.g. Shake, Pudding, Bar And/or Jerky) At The Pon. The Project Will Initiate With Review And Approval Of A Base Design For A Modular, Scalable Fermentation Process That Provides Accelerated Production Of A Nutritional Biomass Product And Allows For Follow-on Development And Technology Insertion Of Pre- And Post-processing Capabilities. The Ultimate Goal Of This Biosynthetic Process Is To Efficiently Utilize In-place Resources (air, Water, Minerals) For Microbial Fermentation, Prioritizing Generally Recognized As Safe (gras) Bacteria, Yeast, Or Microalgae. The System Will Emphasize Food Safety, Flexibility, And Automation Of Nutritional Biomass Production In Military Operating Environments With Limited Supplies. project Requirements: 1. Pre-processing Technologies: Integrate Feedstocks From Ubiquitous Resources (e.g., Carbon And Nitrogen Compounds From Gaseous Effluents To Include Fuel-fired Generator Effluent, Water And Other In-place Resources) For Microbial Metabolism. Supplemental Processes (e.g., Yeast Lysate Production) Could Enhance Cell Mass And Product Formation. Inputs Must Be Safe, Non-flammable, And Meet Drinking Water Standards. 2. Integrated Biosynthetic Process: Design An Automated, Modular Bioprocessing System For Military Nutrition Production. While A Developmental/commercial Platform May Be Proposed, A Modular, Scalable Platform Capable Of Leveraging Existing Platforms (e.g., Jltv Trailer-mounted Shelter/container, Tricon Or Other Suitable Platform) Is Preferred And Must Have A Footprint Sufficient To Include “fermentors” For Microbial Cultures, Pre-processed Feedstocks, And External Inputs. Future Integration Of Advanced Pre- And Post-processing Technologies Is Required. Process Integration On A Mobile Military Or Commercial-equivalent Platform Represents The Desired Threshold Capability, While Optimized Integration Of A Modular Process Capable Of Alternate/selectable Process Outputs, Scaled For Integration On An Expandable Military Platform Is Desired. The Fermentation Bioprocess Must Yield A Microbial Biomass Product That Can Be Further Developed Through Follow-on Optimization And Ultimately Validated To Meet Food Safety, Acceptability And Military Nutrition Standards (army Regulation Ar40-25) And Could Be Further Processed With Post-processing Technologies Into A Ready-to-eat Shake, Pudding, Bar Or Jerky Product. 3. Process Automation And Safety Control: As The Technology Is Advanced, It Is Desired That Standardized Programmable Intelligent Computer (pic) Or Equivalent Non-proprietary Programmable Logic Controller Be Utilized To Regulate Bioprocess Control With Appropriate Process Feedback From Process Monitoring Equipment (e.g., Ph, Dissolved Oxygen, Temperature Probes, And Mass Flow Controllers, Automated Switches/valves And Pressure Regulators/relief Valves). Automation Will Handle Feed Adjustments, With Manual Overrides For Troubleshooting. Upon Delivery Of Process Equipment, Operating And Safety Procedures, To Include Sops And Maintenance Procedures Required For Safe Operation, And Maintenance Shall Be Included With The Equipment. 4. Sub-assembly, Automation, Integration & Testing: Develop, Integrate, And Test Individual Components, Like Pre-/post-processing Systems, Optimizing Functionality For The Entire Biomanufacturing Process. 5. Food Safety Validation: It Is Intended That The Initial Phase Of The Development And Integration Of The Biosynthetic Processes Be Based On Precision Fermentation Utilizing Gras Microbial Culture(s) And Minimal Media Feedstock. As The Technology Is Advanced, It Is Desired That Compliance With Food Safety/haccp Standards And Undesirable Microbial/biofilm/fungal/mold Activity And Pathogen Detection Techniques Be Considered. Operational And Safety Procedures Shall Be Developed To Maintain Food Safety And Operator Safety With Consideration For Occupational Health & Safety Administration (osha) Compliance As The Technology Is Advanced. 6. Streamlined Production: Optimize Fermentation Processes For Biomass Production Efficiency While Maintaining Operational Flexibility Within A Modular, Scalable Biosynthetic Process. 7. Prototype Delivery: Deliver A Fully Functional, Biosynthetic Processing System Ready For Testing. 8. Size, Weight, And Power (swap) Optimization: Design The Prototype To Meet Size, Weight, And Power (swap) Limitations. Provide Alternatives For Unmet Requirements. timeline: Development Timeline Is Contingent On Ota Award And Funding Availability. Notional Work Breakdown Structure (wbs) And Milestone Schedule (ms) Shall Be Submitted As Part Of Pre-proposal And Detailed Wbs / Ms With The Full Proposal If Requested. The Length Of The Ota Includes A Base Period Of Six Months And Three 12-month Option Periods. Proposed Options May Be Sequential, Or Overlap, If The Proposed Scope Is Justified And Does Not Pose Increased Risk To Successful Completion Of The Proposed Effort. The Total Period Of Performance For The Proposed Effort Is Not To Exceed 42 Months. submission Guidelines timeline:base Period: 6 Months. Options 1–3: 12 Months Each. Detailed Wbs/ims Required In Proposals. format:preproposals (max 3 Pages) Should Include: technology Description, High-level Wbs, And Relevant Qualifications. projected Technology Readiness Level (trl) At The Beginning Of The Proposed Effort And Projected Trl And Associated Manufacturing Readiness Level (mrl) At The End Of The Proposed Effort. subcontractor / Collaborative Partners culture And Media Description And Gras Status / Documentation research Involving Human Subject Or Animals progress And Data Reporting Schedule planned Demonstration(s) With Projected Site(s), Including Contractor Site cost Estimates (base Period And Options 1–3). deadline:cob 13 January 2025 email:peter.g.lavigne.civ@army.mil; Lyndon.s.jagroop.civ@army.mil subject:[responding Organization And Rfpp Title] ** Amendment 1 ** q: Isthe Money That Will Be Supporting This Ota Is 6.2 Or 6.3 Funding? A:the Funding Category Supporting This Ota Is 6.3 Technical Demonstration. ** Amendment 2 ** the Industry Day Event Is Currently On Hold And Will Be Rescheduled At A Future Date. ** Amendment 3 ** fair Opportunity Industry Day (foid) Will Be Held February 13, 2025 At 1300. Additional Details For The Foid Can Be Found In The Attached Notice.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others
United States
Description: 1. This Notice Is Issued As A Sources Sought Annoucement For Information Purposes Only. This Notice Does Not Constitute A Request For Proposal Or Complete Package Outlining The Technical Competencies/qualifications Of The Prospective Contractor, Nor Does It Represent Any Commitment By The Government. Since This Is A Sources Sought Announcement, No Evaluation Letters And/or Results Will Be Issued To The Respondents. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement. No Telephone Calls Will Be Accepted Requesting A Bid Package Or Solicitation. A Solicitation Does Not Presently Exist. Responses To This Notice Will Be Used For Planning Purposes Only. Responses Are Not Considered Offers And Will Not Be Accepted By The Government To Form A Binding Contract 2. The Air Force May Have A Future Requirement And Is Seeking Legal Consultant Representation When An Application To Increase Base Rate Revenues For Electric Service, Or Over Current Base Rate Revenues And Service Charge Revenues Based On Certain Years And, Additional Increases In A Subsequent Year Adjustment (“sya”). It Is Estimated The Proposed Different Base Rate Revenue Increase Would Increase Certain Annual Spend To Certain Contractors. Therefore, This Sources-sought Is Primarily For Market Research To Determine If There Are Firms That Possess The Capabilities Necessary To Fulfill A Future Requirement For These Services. 3. A Future Requirement, If Received, Will Be An Evaluation Of All Filed Pleadings, Testimony, And Data Necessary To Determine If The Rates Proposed Are Non-discriminatory, Accurately Reflect The Actual Cost Of Providing The Services, And Are Necessary Under The Circumstances. In Addition, Expert Assistance In Reviewing All Filed And To Be Filed Documents, Drafting Data Requests And Responses, Testimony, Cross-examination, Briefs, And Strategy Is Necessary For Proper Preparation Of These Cases. The Contractor’s Assistance Will Be Needed In All Phases Of Case Preparation From This Point Until The Conclusion Of The Case. 4. Contractors Who Can Provide These Services Should Submit In Writing An Affirmative Response Which Includes As A Minimum The Following Information: a. What Is The Name Of Your Business? b. What Is Your Business Address? c. Provide A Point Of Contact To Include Telephone Number And Email Address. d. What Is Your Business Cage Code And Unique Entity Id Number? e. Based On Your Professional Experience In The Private Sector, Would You Consider This Requirement To Coincide With Work Typically Provided In The Commercial Market? f. Provide An Additional Naics Code With Justification That You Would Recommend As Being More Applicable. g. Specify Your Business Type (large Business, Small Business, Small-disadvantaged Business, 8(a) Certified Small-disadvantaged Business, Hubzone Small Business, Woman- Owned Small Business Veteran-owned Small Business, Service-disabled Veteran-owned Small Business) Based Upon Naics 541110 And Psc Code R418. Specify All That Apply. h. Would Your Firm Propose On This Project As A Prime Contractor, Prime Contractor With Subcontractor(s), Prime Contractor With Team Member Subcontractor(s), Or A Joint Venture? If You Have Proposed A Joint Venture, Identify To The Extent Possible, Your Team Members. Identify The Business Size Of Your Team Members Or Joint Venture Firms. If A Teaming Arrangement Is Planned, Give Details To The Extent Practicable On How The Team Likely Will Be Composed. See Far Subpart 9.6 For Government Policy On Teaming Arrangements And 8(a) Program Regulations Described In 13 Cfr 124.513. i. Identify Any Projects Completed In The Past Three (3) Years For The Same Or Similar Service To Help Determine Your Firm’s Capability In Meeting The Requirement For The Items Listed In The Attached Draft Sow/pws. Include Any Government Contracts (federal, State, Or Local) That You Have Been Awarded For This Type Of Requirement. j. Are These Services Available On A Gsa Schedule? If So, Please Provide Gsa Schedule Number And Special Item Number. If Gsa Is In The Process Of Awarding A Schedule For This Service, Please Provide The Gsa Point Of Contact Name And Phone Number. k. Are These Products Available On Another Government Contract? If So, Please Provide The Contract Information. l. Professional Qualifications. a. Specialized Experience And Technical Competence In Utility Rate Cases. b. Past Performance With Government Agencies And Private Industry Regarding Utility Rate Cases. c. Capacity To Accomplish The Work In Twelve (12) Months. d. Location: Usa (will Be Performed In Different Locations In The Usa). e. Can The Company Prepare Direct Testimony, Exhibits, Cross Examination, Schedules, Brief, And, When Necessary, Settlement Support, Final Reports, Surrebuttal Testimony In Support Of The Agreed Fea Positions And Issues? f.provide An Overview Of How Your Company Assigns Manpower To Accomplish Utilityrate Case Contracts. For Example, Do You Have Regional Teams That Execute The Work, Acentral Team That Provides Support Regardless Of Location, Or Do You Work Withsubcontractors To Perform Any Or All The Tasks? 5.your Entire Response Should Not Exceed Ten (10) Pages At Twelve (12) Pitch Font. Anythingafter 10 Pages Will Not Be Considered. This Process Is Not A Down Select, Nor Does This Limit Yourability To Be Considered For Award Of Other Contracts. The Information Provided Is To Be Used Toassist In The Selection Of Firms To Accomplish Market Research For The Utility Rate Cases Contracts.this Is An Rfi For Sources Sought Only
Closing Date30 May 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n792.14|2h1|see Email|helen.i.carmelo.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving ||tbd|n00383|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 Days From Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitation Of Liability--high-value Items (feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250 Emp||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| offerors Shall Submit Proposals Via Neco Or Email Only. 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.4 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii. 1.5 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics, attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected one Hundred Percent. 1.6 Contractor Shall Develop A System For Identification Of Individual piece Parts For Traceability Purposes. Markings Shall Not Be Permanent. 1.7 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And geometric Feature Controls With A Tolerance Range Of .010 Or Less. 1.8 For Minor Characteristics, A Sampling Rate Determined By The Contractor and Subject To Qar Approval Will Be Used. 1.9 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.10 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;614726; ) ;80020; , Revision ;k; And All Details And Specifications Referenced Therein. 1.11 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not be Provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced specification. 1.12 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 2. Applicable Documents drawing Data=614726 |80020| K| |d| | | | 3. Requirements - Not Applicable 4. Quality Assurance 1. Unique Requirements: incorporated In Official Remarks. 2. Interim Inspection Requirements: The Following Item(s) Requires An Interim Inspection At The Contractor's Location: a. P/n 614726-1, Cylinder (csi): i. Witness Of Hydrostatic Testing Per Note 8 Of Drawing 614726. ii. Verification Of Material Properties Per Note 10 Of Drawing 614726 (c2). iii. Witness Of Magnetic Particle Inspection Per Note 12 Of Drawing 614726. 3. Alre Csi Parts Require Certification. a. When Certified, An Alre Part Is Marked With A Material Identification Code (mic). Nawcadlke Qa Will Provide The Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Associated Data. Application Of Mic Shall Be In The Same Methodology As the Drawing Note For Part Marking, And In Same Area As Part Marking (next To, Above, Or Below). 4. Receipt Inspection And Certification Of Sub-components: N/a 5. Receipt Inspection And Certification Of The Top Assembly: a. The Receipt Inspection And Certification Of The Top Assembly, P/n 614726-1, Shall Occur During The Final Inspection. 6. Contractor Assist And Part Marking: a. The Contractor Shall Assist On The Conduct Of The Inspections (both Final And Interim) Required That Are Necessary To Certify The Critical Items Specified Herein. The Contractor Shall Provide Adequate Facilities, Inspection Equipment, And Skilled Personnel, to Support The Nawcadlke Inspector In The Conduct Of The Interim Inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections. The Contractor Shall Also Provide Sufficient Rigging/material Handling Services and Manpower To Setup/configure/operate Equipment & Machines Used To Accomplish The Inspection Task. This Contractor Assist Requirement Shall Be Applicable To 100% Of The Production Quantities. As Part Of The Mri Process, The Nawcadlke Qa Representative Will provide, In Writing, A Certification Number Along With Direction For Marking The Critical Safety Items (csi). quality Assurance Requirements: 1. The Solicitation/contract Shall Contain The Nawcadlke Inspection Surveillance Clause As Follows: a. Because Of The Critical Nature Of This Material, A Representative Of The Naval Air Warfare Center Aircraft Division Lakehurst (nawcadlke) Is Available To Furnish Technical Assistance On Quality Assurance (qa) Matters And Shall Have The Option Of Conducting qa Surveillance For The First Lot Produced Under This Contract (and All Subsequent Lots If Necessary). This Requirement Will Be Performed In Conjunction With The Government Qas Of The Cognizant Defense Contract Management Activity And Does Not Abrogate The authority Or Responsibility Of The Designated Government Qas. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa Section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When The Material Is Scheduled Be Presented To The dcma Government Qas For Government Inspection And Acceptance. This Notice Shall Afford The Nawcadlke Qa Representative The Optiono Of Being Present During The Inspection. A Minimum Of Fourteen (14) Working Days Is Required To Arrange The Surveillance Visit. notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature, Part Number, Niin, Type Of Inspection, And Quantity Of Parts. b. Due To The Critical Nature Of This Item, It Is Necessary To Conduct In-process Inspections On Critical Component Features, Attributes, Or Manufacturing Processes. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When Material Is Scheduled For The Interim Inspection(s) That Are Identified Herein. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A minimum Of Seven (7) Working Days Is Required To Arrange The Surveillance Visit. Notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature, Part Number, Niin, type Of Inspection, And Quantity Of Parts. 2. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications: a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%; b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%; c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4 d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4. 3. The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System Supporting The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious personnel Injury, Loss Of Life, Loss Of Vital Shipboard Systems, Or Loss Of Aircraft. Therefore, The Material Has Been Designated As Critical Safety Item (csi) Material And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 4. First Article Testing: the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Prepare A First Article Test Report Documenting The Outcome. Unless Otherwise Specified, The Report And Its Acceptance Shall Be Per The Provisions Of The Applicable Contract Data requirements List (cdrl). a. Requirements: i. First Article Quantity Is One (1); In Uncoated Condition. ii. The First Article Shall Be Available For Government Evaluation Per The Contract Schedule. The Evaluation Shall Be Conducted In The Presence Of The Government Personnel. Accordingly, The Contractor Shall Allow Time To Arrange For Nawc Participation In accordance With The "nawcadlke Inspection Witness Option"; iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance; iv. The Contractor Shall Have Available For Review All Certifications, Test Reports, In-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report; v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys; any Problems Identified During The Conduct Of The Test Will Also Require Correction. b. Testing And Evaluation: i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical, Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions, measurements, And Test Outcomes And Shall Be Recorded And Included In The First Article Test Report. c. Acceptance/reject Criteria: i. Satisfactorily Meeting All Requirements Cited In The First Article Testing "requirements" Paragraph Above And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In The First Article Testing "testing And Evaluation' paragraph Above Shall Constitute Acceptance Of The First Article; ii. Failure To Meet Any Of The Conditions In The First Article Testing "requirements" Paragraph Above Or The First Article Testing "testing And Evaluation" Paragraph Above Shall Be Cause For Rejection. d. Delivery: i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming; ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's. 5. Production Lot Special Tests: N/a 6. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing. 7. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear the Symbols Of Accreditation And The Accreditation Body: a. American Association For Laboratory Accreditation (a2la) b. Ansi National Accreditation Board (anab) c. International Accreditation Service, Inc. (ias) d. National Voluntary Laboratory Accreditation Program (nvlap) e. Perry Johnson Laboratory Accreditation, Inc. (pjla) f. Canadian Association For Laboratory Accreditation Inc. (cala) g. Standards Council Of Canada (scc) 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 Critical Manufacturing Processes ( ;applies; ) Heat Treat ( ;n/a ; ) Welding ( ;n/a; ) Cadmium Plating ( ;n/a; ) Engineering Chrome Plating ( ;n/a; ) Nickel Chrome Plating ( ;n/a; ) Casting(s) ( ;applies; ) Forging(s) ( ;applies; ) Mpr (material Processing Requirements) 4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.3.1 Dimensional Test (special) ;close Machine Toleraces; 4.3.2 Requirements Of: ;lke Drawing Package; 4.3.3 Form ;applies; 4.3.4 Fit ;n/a; 4.3.5 Function ;applies. Hydrostatic Testing; 4.3.6 Compliance With Drawing ( ;614726; ) ;k; , Revision ;80020; And Specifications Referenced Therein. 4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements 4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.6.1 The Qar Shall Be Present To Witness All First Article Testing. 4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Qa Rep At Tel: (732)-323-2834 email: Roy.a.janney.civ@us.navy.mil; 4.7 Disposition Of Fat Samples 4.7.1 ;n/a; Sample(s) May Be Destroyed During Testing. 4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. 4.8 Test Sample Coating Instructions 4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.9 Notice To Government Of Testing At The Contractors Facility. 4.9.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;614726-1; ; , Revision ;k; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The Contractor shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract. (f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates and/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _____________ Quantity:_______ After Date Of Contract:_________ 4.11 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar). during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications. 4.12 Special Inspection Requirements ( ;applies; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ;n/a; ) Penetrant Inspection ( ;n/a; ) Radiographic Inspection ( ;n/a; ) Ultrsonic Inspection ( ;n/a; ) High Shock Test ( ;n/a; ) Mechanical Vibration Test 4.13 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;roy Janney Qa Rep At Tel: (732)-323-2834 email: Roy.a.janney.civ@us.navy.mil; To Arrange For The Final Inspection.the Authority Of The Qar Shall Not Be Abrogated. If The Notification Is Not Given To Both Sites Then The Qar Shall Not Accept The Units. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable this Is An Alre Critical Safety Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. (for Navsup Reference Only: Tdr 24-10050 Was Utilized) the Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved Will Be eligible For Award Under This Solicitation. Any Company Not Previously Approved, May Submit A Source Approval Request As Outlined Later In This Solicitation. all Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Bemaintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. \ date Of First Submission=asreq 16. Remarks Inspection/certification Data Needed To Substantiate The Quality Of The First Article Test Unit Shall Be Included In First Article Unit Packaging. The Outside Of The Package That Contains The Data Shall Be Clearly Marked "inspection/certification Data included". (block 12) Concurrently With Delivery Of Fat Items. data Requirements: a. Copies Of All Approved Requests For Variations b. Surface Finish (of Bare Metal) Per Notes 2 And 11 Of Drawing 614726. c. Thread Dimensions And Designations Per Note 3 Of Drawing 614726. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20. d. Identification Per Note 6 Of Drawing 614726. e. Hydrostatic Testing Per Note 8 Of Drawing 614726. f. Preservation Per Note 9 Of Drawing 614726. g. Material Properties Per Note 10 Of Drawing 614726. h. Magnetic Particle Inspection Per Note 12 Of Drawing 614726. i. Dimensional Inspection Per Drawing 614726. date Of First Submission=asreq (block 12) Concurrently With Final Inspection. data Requirements: a. Copies Of All Approved Requests For Variations. b. Surface Finish (of Bare Metal) Per Notes 2 And 11 Of Drawing 614726. c. Thread Dimensions And Designations Per Note 3 Of Drawing 614726. Documentation Shall Include Verification That The Pitch And Functional Diameters Were 100% Inspected In Accordance With System 22 Of Fed-std-h28/20. d. Identification Per Note 6 Of Drawing 614726. e. Hydrostatic Testing Per Note 8 Of Drawing 614726. f. Preservation Per Note 9 Of Drawing 614726. g. Material Properties Per Note 10 Of Drawing 614726. h. Magnetic Particle Inspection Per Note 12 Of Drawing 614726. i. Coating Per Note 13 Of Drawing 614726. j. Dimensional Inspection Per Drawing 614726.
Closing Soon10 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0001 Solicitation Document: Rfq #fa487725qa120 Dm Air Show 2025 On And Off Base Traffic Control i. This Is A Solicita􀆟on For Commercial Items/services Prepared In Accordance With Far Part 13, As supplemented With Addi􀆟onal Informa􀆟on Included In This No􀆟ce. This Announcement Constitutes the Only Solicita􀆟on; Quotes Are Being Requested And Additional Written Solicitation Will Not Be issued. ii. Solicita􀆟on #fa487725qa120 Is Issued As A Request For Quota􀆟on (rfq) iii. This Solicita􀆟on Document Incorporates Provisions And Clauses Of Those In Effect Through Federal acquisition Circular 2025-02 Effec􀆟ve 03 January 2025, The Dfars Provisions And Clauses Are Those effec􀆟ve 18 December 2024, The Daffars Provisions And Clauses Are Those Effec􀆟ve 16 October 2024. iv. This Procurement Is Being Issued As A Total Small Business Set‐aside. The North American Industry classifica􀆟on System Code Is 532490 With A Size Standard Of $40.0m. v. The Right To Make Mul􀆟ple Or No Award Is Reserved In The Event It Is Advantageous To The government To Do So. vi. Davis‐monthan Air Force Base Intends To Award A Firm‐fixed Price Contract For The Following: a. Clin 0001 - Qty 1 Lot - Traffic Control Devices/manpower/management For On & Off Base traffic Procedures For The 2025 Davis-monthan Afb Air Show (iaw The Performance Work statement) vii. The Government Will Place An Order With The Offerer Whose Quote Meets Lowest Price And Technical acceptability. Technical Acceptability Is Defined And Referred To Within This Solicita􀆟on Document As the Offeror’s Capability Statement To Meet The Defined Pws Of The Product. viii. Viii. Important Dates/times (all Times Are Pacific Daylight Time) a. All Ques􀆟ons Must Be Submi􀆩ed By Email No Later Than 2pm Feburary 05, 2025. b. All Quotes Must Be Submi􀆩ed By Email No Later Than 2pm Feburary 07, 2025. ix. It Is The Responsibility Of The Offerer To Review The Pos􀆟ng For Any Changes Or Amendments That May occur Concerning This Rfq. It Is The Responsibility Of The Offerer To Ensure All Quotes And/or ques􀆟ons Are Submitted In A 􀆟mely Manner By Specified Due Date. x. Point Of Contacts: a. Primary: Jonathan Turk, Email: Jonathan.turk@us.af.mil, 520‐228‐5405 b. Alternate: Gavin Corcoran, Email: Gavin.corcoran.1@us.af.mil, 520‐228‐5484 xi. Attachments a. Performance Work Statement b. Provisions And Clauses c. Wage Determina􀆟ons d. Special Event Permit Application Checklist e. Satellite Images Of Off Base Roads Requiring Traffic Control 52.212-2 Evaluation-commercial Products And Commercial Services (nov 2021) the Government Will Award A Contract Resul􀆟ng From This Solicita􀆟on To The Responsible Offeror Whose Offer conforming To The Solicita􀆟on Will Be Most Advantageous To The Government, Price And Other Factors considered. The Following Factors Shall Be Used To Evaluate Offers: (i) Technical Capability Of The Service Offered To Meet The Government Requirement; (ii) Price; the Lowest Priced Offer Will Be Evaluated For Technical Acceptability And Best Value To The Government. If found Technically Acceptable And Found To Be The Best Value Award Will Be Made Without Further considera􀆟on. If Found Technically Unacceptable The Government Will Evaluate The Next Lowest Offer For technical Acceptability Un􀆟l Award Can Be Made To The Lowest Priced Technically Acceptable Offeror. Past performance Will Not Be Evaluated. Therefore, The Offeror’s Ini􀆟al Offer Should Contain The Offeror’s Best terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct discussions If Later Determined By The Contrac􀆟ng Officer To Be Necessary. Offers That Fail To Furnish Required representa􀆟ons Or Informa􀆟on, Or Reject The Terms And Condi􀆟ons Of The Solicita􀆟on May Be Excluded From considera􀆟on. op􀆟ons. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Op􀆟ons To the Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If the Op􀆟on Prices Are Significantly Unbalanced. Evalua􀆟on Of Op􀆟ons Shall Not Obligate The Government To exercise The Op􀆟on(s). a Wri􀆩en No􀆟ce Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror within The 􀆟me For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Ac􀆟on by Either Party. Before The Offer's Specified Expira􀆟on 􀆟me, The Government May Accept An Offer (or Part Of an Offer), Whether Or Not There Are Nego􀆟a􀆟ons A􀅌er Its Receipt, Unless A Wri􀆩en No􀆟ce Of Withdrawal Is received Before Award. (end Of Provision) 52.232-18 Availability Of Funds. (apr 1984) funds Are Not Presently Available For This Contract. The Government’s Obliga􀆟on Under This Contract Is con􀆟ngent Upon The Availability Of Appropriated Funds From Which Payment For Contract Purposes Can Be made. No Legal Liability On The Part Of The Government For Any Payment May Arise Un􀆟l Funds Are Made available To The Contrac􀆟ng Officer For This Contract And Un􀆟l The Contractor Receives No􀆟ce Of Such availability, To Be Confirmed In Wri􀆟ng By The Contrac􀆟ng Officer. (end Of Clause) (a) An Ombudsman Has Been Appointed To Hear And Facilitate The Resolu􀆟on Of Concerns From Offerors, poten􀆟al Offerors, And Others For This Acquisi􀆟on. When Requested, The Ombudsman Will Maintain Strict confiden􀆟ality As To The Source Of The Concern. The Existence Of The Ombudsman Does Not Affect The authority Of The Program Manager, Contrac􀆟ng Officer, Or Source Selec􀆟on Official. Further, The Ombudsman does Not Par􀆟cipate In The Evalua􀆟on Of Proposals, The Source Selec􀆟on Process, Or The Adjudica􀆟on Of protests Or Formal Contract Disputes. The Ombudsman May Refer The Interested Party To Another Official Who can Resolve The Concern. (b) Before Consul􀆟ng With An Ombudsman, Interested Par􀆟es Must First Address Their Concerns, Issues, disagreements, And/or Recommenda􀆟ons To The Contrac􀆟ng Officer For Resolu􀆟on. Consul􀆟ng An ombudsman Does Not Alter Or Postpone The 􀆟melines For Any Other Processes (e.g., Agency Level Bid protests, Gao Bid Protests, Requests For Debriefings, Employee‐employer Ac􀆟ons, Contests Of Omb Circular a‐76 Compe􀆟􀆟on Performance Decisions). (c) If Resolu􀆟on Cannot Be Made By The Contrac􀆟ng Officer, The Interested Party May Contact The ombudsman, [insert Names, Addresses, Telephone Numbers, Facsimile Numbers, And E‐mail Addresses Of center/majcom/fldcom/dru/dafrco Ombudsman/ombudsmen]. Concerns, Issues, Disagreements, And recommenda􀆟ons That Cannot Be Resolved At The Center/majcom/fldcom/dru Ombudsman Level, May be Brought By The Interested Party For Further Considera􀆟on To The Department Of The Air Force ombudsman, Associate Deputy Assistant Secretary (adas) (contrac􀆟ng), Saf/aqc, 1060 Air Force pentagon, Washington Dc 20330‐1060, Phone Number (571) 256‐2395, Facsimile Number (571) 256‐2431. (d) The Ombudsman Has No Authority To Render A Decision That Binds The Agency. (e) Do Not Contact The Ombudsman To Request Copies Of The Solicita􀆟on, Verify Offer Due Date, Or Clarify technical Requirements. Such Inquiries Shall Be Directed To The Contrac􀆟ng Officer. (end Of Clause) 5352.201-9101 Ombudsman (jul 2023) (a) An Ombudsman Has Been Appointed To Hear And Facilitate The Resolution Of Concerns From Offerors, potential Offerors, And Others For This Acquisition. When Requested, The Ombudsman Will Maintain strict Confidentiality As To The Source Of The Concern. The Existence Of The Ombudsman Does Not affect The Authority Of The Program Manager, Contracting Officer, Or Source Selection Official. Further, the Ombudsman Does Not Participate In The Evaluation Of Proposals, The Source Selection Process, Or the Adjudication Of Protests Or Formal Contract Disputes. The Ombudsman May Refer The Interested party To Another Official Who Can Resolve The Concern. (b) Before Consulting With An Ombudsman, Interested Parties Must First Address Their Concerns, issues, Disagreements, And/or Recommendations To The Contracting Officer For Resolution. Consulting an Ombudsman Does Not Alter Or Postpone The Timelines For Any Other Processes (e.g., Agency Level bid Protests, Gao Bid Protests, Requests For Debriefings, Employee‐employer Actions, Contests Of omb Circular A‐76 Competition Performance Decisions). (c) If Resolution Cannot Be Made By The Contracting Officer, The Interested Party May Contact The ombudsman, [insert Names, Addresses, Telephone Numbers, Facsimile Numbers, And E‐mail Addresses Of center/majcom/fldcom/dru/dafrco Ombudsman/ombudsmen]. Concerns, Issues, Disagreements, And recommendations That Cannot Be Resolved At The Center/majcom/fldcom/dru Ombudsman Level, May Be brought By The Interested Party For Further Consideration To The Department Of The Air Force ombudsman, Associate Deputy Assistant Secretary (adas) (contracting), Saf/aqc, 1060 Air Force pentagon, Washington Dc 20330‐1060, Phone Number (571) 256‐2395, Facsimile Number (571) 256‐2431. (d) The Ombudsman Has No Authority To Render A Decision That Binds The Agency. (e) Do Not Contact The Ombudsman To Request Copies Of The Solicitation, Verify Offer Due Date, Or clarify Technical Requirements. Such Inquiries Shall Be Directed To The Contracting Officer. (end Of Clause) 5352.223-9000 Elimination Of Use Of Class I Ozone Depleting Substances (ods) (jun 2024) (a) Contractors Shall Not: (1) Provide Any Service Or Product With Any Specification, Standard, Drawing, Or Other Document That requires The Use Of A Class I Ods In The Test, Operation, Or Maintenance Of Any System, Subsystem, Item, component, Or Process; Or (2) Provide Any Specification, Standard, Drawing, Or Other Document That Establishes A Test, Operation, Or maintenance Requirement That Can Only Be Met By Use Of A Class I Ods As Part Of This Contract/order. (b) For The Purposes Of Departmet Of The Air Force Policy, The Following Products That Are Pure (i.e., They meet The Relevant Product Specification Identified In Afi 32-7086) Are Class I Odss: (1) Halons: 1011, 1202, 1211, 1301, And 2402; (2) Chlorofluorocarbons (cfcs): Cfc-11, Cfc-12, Cfc-13, Cfc-111, Cfc-112, Cfc-113, Cfc-114, Cfc-115, cfc-211, Cfc-212, Cfc-213, Cfc-214, Cfc-215, Cfc-216, And Cfc-217, And The Blends R-500, R-501, R-502, and R-503; And (3) Carbon Tetrachloride, Methyl Chloroform, And Methyl Bromide. [note: Material That Uses One Or More Of These Class I Odss As Minor Constituents Do Not Meet The department Of The Air Force Definition Of A Class I Ods.] (end Of Clause)
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Education And Training Services
United States
Details: B.2 Statement Of Work title Of Project: Vha Amputation System Of Care (asoc) Amputation Peer Support Program scope Of Work: The Contractor Shall Provide All Manpower, Resources And Materials Necessary To Expand The Asoc Peer Program Tailored To The Needs Of The Specialized Population Within The Va. This Includes A Train-the-trainer Program For Amputation Rehabilitation Coordinators (arcs) And Other Amputation Specialty Clinicians Within The Amputation System Of Care That Will Occur Annually At Sites Determined By The Presence Of At Least Eight (8) Potential Veteran Certified Peer Visitor Candidates. The Train-the-trainer Program Is A Hands-on, In-person Training With A Goal Of Meeting The Needs Of Veterans With Limb Loss Through A Peer Support Program. Trainer Candidates Will Experience A Training Focused On Teaching The Adult Learner, The Characteristics Of Adult Learning, Effective Training Techniques, Facilitation Tips, And Role Playing For Assessment To Ensure Learning Transfer. Candidates Will Train An In-person Class On The Final Day Of The Training As An Assessment Of Their Newly Learned Skills. Once Completed, The Trainees Will Be Certified Trainers Who Will Train And Certify Veteran Amputee Peer Mentors. The Instructor Of This Program Shall Be A Certified Master Trainer Through The Association For Talent Developer (atd). in Addition, The Contractor Will Provide Education Resources To Be Distributed To Veterans With Limb Loss In Vamcs Across The Country. Educational Resources Include Magazines, Pamphlets And Books. The Resources Enhance Patient Centered Care In Amputation Rehabilitation And Support The Needs Of Both The Providers And Veterans, Alike. The Contractor Will Also Provide Corporate Memberships To The Seven (7) Regional Amputation Centers And The Eighteen (18) Polytrauma Amputation Network Sites. 3. Background: The Va Provided Care To Over 90,000 Veterans With Amputations In 2023, With Over 46,000 Of Those Being Major Limb Amputations. Given The Large Population Of Veterans With Diabetes, It Is Anticipated That This Number Will Rise In The Coming Years. In Effort To Support The Needs Of Both The Healthcare Provider And Patients, It Is Necessary To Have Educational Resources To Provide Information On Living Life With Limb Loss. Research Promotes Peer To Peer Support In The Recovery After Amputation As Well As Encouragement In Returning To The Highest Level Of Function. Peer To Peer Support Is A Key Recommendation In The Va/dod Clinical Practice Guideline, 2017. It Is Of Utmost Importance To Veterans That The Va Provide This Service As Part Of The Overall Rehabilitation Process. Access To Educational Materials, Training And A Peer-to-peer Programs Will Enhance Va Care Ensuring The Highest Quality Amputation Care. 4. Period Of Performance: One 12-month Base Period With Four (12) Month Option Periods. 5. Government Recognized Holidays: Unless Specifically Authorized In Writing By The Contracting Officer, No Services Will Be Provided And No Charges Will Be Incurred And/or Billed To Any Order On This Contract On Any Of The Observed Federal Holidays. There Are 10 Federal Holidays Set By Law (recognizes Holidays I.a.w. 5 U.s. Code § 6103 – Holidays).. 6. Place Of Performance: Annual Training Locations Will Be Conducted In Person With Va Employees Traveling To Those Trainings. Location Will Be Chosen Each Year Between One Of These Three Sites: St. Louis, Mo, Richmond, Va, Seattle, Wa. 7. Type Of Contract: The Government Anticipates Award Of A Firm Fixed-price Contract. 8. Contract Pre-performance Meetings: The Contractor Shall Participate In Regularly Scheduled Planning Meetings Throughout The Performance Of The Contract Via Phone Or Virtual Methods. 9. General Requirement & Task: The Purpose Of The Contract Is To Obtain Training And Supplies, Educational Resources, And One-year Corporate Memberships For Seven (7) Regional Amputation Centers And Eighteen (18) Polytrauma Amputation Network Sites Across America. Educational Resources Will Be Distributed To All Twenty-five (25) Sites Where Resources Will Be Distributed Throughout The Visns By Amputation Clinic Providers. 10. Quality Control: The Contractor Shall Develop And Maintain An Effective Quality Control Program To Ensure Services Are Performed In Accordance With This Sow. 11. Formal Acceptance Or Rejection Of Deliverables: The Government Will Review Each Deliverable And Provide Feedback/comments. The Contractor Shall Have Five Business Days To Incorporate Feedback/comments And Make Appropriate Revisions. The Contractor Shall Provide The Revised Version Of Each Deliverable To The Contracting Officer’s Representative (cor). The Cor Will Review And Determine Final Acceptance By The Government. The Cor Will Notify The Contractor Of Final Acceptance Within Five Business Days. 12. Changes To The Sow: Any Changes To This Sow Shall Be Authorized And Approved Only Through Written Correspondence From The Contracting Officer. A Copy Of Each Change Will Be Kept In A Project Folder Along With All Other Products Of The Project. Costs Incurred By The Contractor Through The Actions Of Parties Other Than The Contracting Officer Shall Be Borne By The Contractor. 13. Contractor Reporting Requirements: Contractor Will Contact The Cor Within Five (5) Days To Notify When Resources Are Shipped. 14. Travel: One Episode Of Travel For Training Of The Amputation Rehabilitation Coordinators Annually. 15. Contractor Experience Requirements: Those Employees Of The Amputee Coalition Involved In This Contract Agreement With The Amputation System Of Care Should Have Experience With Working With The Veteran Population. The Instructor Of This Program Shall Be A Certified Master Trainer Through The Association For Talent Developer (atd) And A Specialist In The Training Of The Content Of Both The Train The Trainer Workshop As Well As The Certified Peer Visitor Training Workshop. 16. Confidentiality And Disclosure: 16.1. It Is Agreed That: the Preliminary And Final Deliverables, And All Associated Working Papers, Application Source Code, And Other Material Deemed Relevant By Va Which Have Been Generated By The Contractor In The Performance Of This Contract, Are The Exclusive Property Of The U.s. Government And Shall Be Submitted To The Contracting Officer At The Conclusion Of The Contract. 16.2. The Contracting Officer Will Be The Sole Authorized Official To Release, Verbally Or In Writing, Any Data, Draft Deliverables, Final Deliverables, Or Any Other Written Or Printed Materials Pertaining To This Contract. No Information Shall Be Released By The Contractor. Any Request For Information Relating To This Contract, Presented To The Contractor, Shall Be Submitted To The Contracting Officer For Response. 16.3 Press Releases, Marketing Material, Or Any Other Printed Or Electronic Documentation Related To This Project, Shall Not Be Publicized Without The Written Approval Of The Contracting Officer. 17. Contractor Security Requirements: The Contractor Will Not Access Va Information Technology (it) Systems And Will Not Access Sensitive/personnel Identifiable Information (pii).
Closing Date18 Dec 2025
Tender AmountUSD 150 K 
This is an estimated amount, exact amount may vary.

Uttar Pradesh Power Transmission Corporation Limited - UPPTCL Tender

Works
Software and IT Solutions
Eprocure
Corrigendum : Closing Date Modified
India
Details: Supply, installation and commissioning of latest hardware and software for upgradation of IT data center at DC Lucknow and DR Modipuram, Meerut including database migration, Application migration, Log migration and 5 year onsite support with dedicated onsite manpower.
Closing Date15 Feb 2025
Tender AmountRefer Documents 

Income Tax Department Tender

Services
Manpower Supply
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: Manpower Outsourcing Services - Minimum wage - Skilled; Graduate; Admin
Closing Date28 Feb 2025
Tender AmountINR 20 Million (USD 230.8 K)

Power Grid Corporation Of India Limited - PGCIL Tender

Services
Manpower Supply
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: Manpower Outsourcing Services - Minimum wage - Highly- Skilled; Secondary School; Admin , Manpower Outsourcing Services - Minimum wage - Highly-Skilled; Not Required; Others , Manpower Outsourcing Services - Minimum wage - Skilled; Not Required; Others , Manpower Outsourcing Services - Minimum wage - Semi-skilled; Not Required; Others , Manpower Outsourcing Services - Minimum wage - Unskilled; Not Required; Others
Closing Soon7 Feb 2025
Tender AmountINR 11.5 Million (USD 132.7 K)
2651-2660 of 2709 active Tenders