Survey Tenders

Survey Tenders

DEPT OF THE NAVY USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Notice Does Not Constitute A Request For Proposal, Request For Quote, Or Invitation For Bid. the Intent Of This Pre-solicitation Synopsis Is To Make Notice Of A Proposed Contract Action For Performing Pre-construction Services And Construction Services For P-993/995, F-35 Aircraft Sustainment Center And Composite Repair Facility, Marine Corps Air Station (mcas) Cherry Point, North Carolina. project Description: the F35 Sustainment Center Is A 255,461 Sf Depot Level Hangar To Support (20) F-35 Aircraft. The Facility Is Also A Pilot Project To Evaluate The Use Of Sustainable Building Materials In Military Construction (milcon). In Addition To The Hangar Maintenance Bays, The Project Will Also Include 4 Paint Booths, Administrative Space, Aircraft Part Modification And Tool Shops, And A Secure Area Built To Icd705 Standards. The Main Facility Is A Precast Structural Concrete Panel With A Pile Supported Foundation, Slab On Grade, And Cross Laminated Timber Roof Deck. The Structure Is A Single Story With A Two-story Administrative Space. The Site Development Scope Includes Utility Improvements To Support Entire Hancock Village, Taxiway With A Bridge And Aircraft Parking Apron. The 105,755 Sf Composite Repair Facility Is A New Consolidated Depot-level Facility For Advanced Composites And Rotor Blade Repair. The Project Consists Of Two Major Sections, A Composite Repair And Manufacturing Shop That Will Include A Disassembly Area, Parts Kitting Area, Production Control/clean Parts Area, Assembly Area To Include Climate Controlled Dirty Room, Bonding Room, Clean Room, Depot And Fleet Classrooms And Engineering/laboratory Space. Also Included Is An Aircraft Rotor Blade Repair Shop That Includes A Disassembly And Staging Area, Dirty Room, Sanding Pit, And Bonding Room. Shared Spaces That Include Painting, Parts Wash, Freezer, Hygiene Facility, Bathrooms, And Breakrooms To Minimize Construction Costs And Improve Sustainability. Construction Of The Facility Consists Of Structural Steel Roof Framing With Standing Seam Metal Insulated Roof System On Load-bearing Concrete Masonry Unit (cmu) Walls With Exterior Finish Of Brick Veneer And Metal Wall Panels. Foundation Design Includes Reinforced Concrete Floor Slabs On Prepared Subgrade, And Shallow Concrete Spread Footings Bearing On Controlled Structural Fill. the Completed Time For This Contract Is 1,274 Calendar Days After Award. p993/995 Are Design-bid-build Projects. This Procurement Will Utilize The Early Contractor Involvement (eci) Approach And Be Procured In Two Segments: Segment I – Early Contractor Involvement Preconstruction Services And Segment Ii – Construction Services. segment I - This Solicitation Is Being Advertised As "unrestricted" For Full And Open Competition. The Segment I Source Selection Procurement Requires Both Non-price (technical And Past Performance) And Price Proposals For The Preconstruction Efforts And Will Utilize The Best Value Continuum Process At Far 15.101-1, Tradeoff. The Basis For Evaluation And Evaluation Factors For Award Will Be Included In The Solicitation For Segment I. The Government Intends To Select Up To Three Contractors For Award Of The Eci Preconstruction Services. segment Ii – The Contractors Who Are Selected For Segment I Will Be Prequalified To Propose On The Construction Services. Only The Contractors Who Participated On The Eci Segment Will Be Prequalified. The Segment Ii Source Selection Procurement Requires Both Non-price And Price Proposals For The Construction And Will Utilize The Best Value Continuum Process At Far 15.101-1, Tradeoff. The Basis For Evaluation And Evaluation Factors For Award Will Be Included In The Solicitation For Segment Ii. Only One Of The Prequalified Offerors Who Participated In The Eci Will Be Selected For The Construction Services. the Eci Preconstruction Efforts Will Focus On P993 But Will Also Consider Coordination And Schedule With P995. The P993 And P995 Projects Will Be At The 65% Design Stage. The Selected Contractors For The Eci Will Work Collaboratively With Designer Of Record (dor) And The Government Team To Improve The Overall Project Delivery. The Preconstruction Services Will Generally Include: Reviewing And Evaluating The Design Documents At Specified Stages Of Development To Identify Potential Constructability Challenges And Risks; Providing Value Engineering-style Recommendations And Alternative Ideas To Improve The Final Product Considering Cost And Schedule; Advising On Efficient Construction Means And Methods; Providing Regularly Updated Construction Cost Information With Substantiating Documentation; Identifying Construction Cost And Schedule Risks And Mitigation Recommendations; And Identifying Opportunities To Increase Small Business Subcontractor Participation. The Dor Will Collaborate With The Construction Contractor To Ensure The Design Does Not Inhibit Use Of Efficient Construction Means And Methods, And To Develop Design Solutions That Avoid Constructability Challenges And Minimize Cost And Schedule Risks. The Dor Will Maintain Responsibility For The Quality And Engineering Compliance For The Design, And The Construction Contractor’s Involvement During The Design Phase Does Not Absolve The Dor Of This Contractual Responsibility Or Architect-engineer (ae) Liability. the Appropriate Northern American Industry Classification System (naics) Code For This Procurement Is 236220, Commercial And Institutional Building Construction And The Small Business Size Standard Is $45,000,000. in Accordance With Dfars 236.204, The Magnitude Of Construction For This Project Is Between $250,000,000 And $500,000,000. this Office Anticipates Award Of A Contract For These Pre-construction Services By March 2025 And Award Of The Construction By February 2026. a Sources Sought Notice (n4008524r2513) Was Issued On 6 February 2024 On Sam And A Market Survey Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Allowing For Full And Open Competition. The Navfac Mid-atlantic A Dd2579 Small Business Coordination Record Was Approved By The Navfac Midlant Small Business Professional Concurred With This Approach On 17 December 2024, And The Small Business Administration (sba) Procurement Center Representative (pcr) Concurred On 27 December 2024. the Drawings And Specifications For This Project Will Be Posted With The Solicitation And Are Not Available At This Time. The Solicitation Will Be Issued By Navfac Mid-atlantic, Con21 On Or About 14 January 2025. The Solicitation Number Will Be N40085-25-r-2515. All Documents Will Be In Adobe Pdf File Format And Downloadable From The Piee And Sam.gov Website. The Official Address To The Solicitation Is Https://piee.eb.mil And Https://www.sam.gov Under “contract Opportunities” When It Becomes Available. Contractors Are Encouraged To Register For The Solicitation When Downloading From The Website. Only Registered Contractors Will Be Notified By Email When Amendments To The Solicitation Are Issued. A Free Acrobat Reader, Required To View The Pdf Files, Can Be Downloaded From The Adobe Website. important Notice: All Prospective Offerors Must Be Registered In The System For Award Management (sam). You Must Have An Active Registration In Sam To Do Business With The Federal Government. For Additional Information, Go To Https://www.sam.gov. questions Regarding This Notice Should Be Directed To Brittany Cristelli At Brittany.n.cristelli.civ@us.navy.mil.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: 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 Project 595-22-700, Construct Ehrm Infrastructure Upgrades At The Lebanon Va Medical Center (vamc) Located In Lebanon, Pennsylvania. project Description: the Lebanon Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades – Lebanon, Pa At The Lebanon Va Medical Center, In Accordance With The Drawings And Specifications. The Project Will Include De-construction, Demolition, And Construction To Exterior Walls, Floors, Lights, Ceilings, Alarm Systems, Fire Suppression, Plumbing, Security, Electrical/information Technology Cabling, System Controls, Doors, Signage, Heating Ventilation Air Conditioning (hvac), Piping Systems, Concrete, And Associated Structural Components As Shown On Drawings And Specifications. 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 Either As 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, Considering Price Only. 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 April, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 548 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 Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), 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. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15). 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. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity. 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 Six (6) 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. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. 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, Unique Entity Identifier (if Available), 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 And Secondary Points Of Contact Listed Below By 1-31-2025 At 4:00 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: benjamin Niznik contract Specialist benjamin.niznik@va.gov secondary Point Of Contact: samantha Mihaila contracting Officer samantha.mihaila@va.gov see Attached Document: P01 - Sow.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

DEFENSE HEALTH AGENCY DHA USA Tender

Others
United States
Details: ***request For Information Only - Looking For Sources *** Location Of Work Is Natick, Ma. Lecture Hall And Lobby Audio/visual (a/v) Refreshmarket Survey Request: This Is A Request For Information Only For Market Research And Planning Purposes Only, As Defined In Far 15.201(e). This Is Not A Solicitation Or Request For Competitive Proposals. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. It Is Not To Be Construed As A Commitment By The Government Nor Will The Government Pay For The Information Solicited. No Solicitation Document Exists Or Is Guaranteed To Be Issued As A Result Of This Notice. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted, And The Government Will Not Reimburse Respondents For Preparation Of The Response. Response To This Notice Is Strictly Voluntary And Will Not Affect Future Ability To Submit An Offer If A Solicitation Is Released. There Is No Bid Package Or Solicitation Document Associated With This Announcement. Background: The United States Army Medical Research Institute Of Environmental Medicine (usariem) Is Requiring A Microsoft Teams Supported Solution (logitech Preferred To Align With Other Conference Room Spaces) For Both Their Lecture Hall And Their Building Lobby Area. Requirement: Desired Outcomes For Usariem Lecture Hall And Lobby Audio / Visual (a/v) Refresh: Note: Simplicity And Stability In This Design Is Important. Also, As-is Drawing Of Current System Connectivity (as Provided By Installer Who Put It Together) Is Available. 1.) Lecture Hall: Remove:(all Removed Items Must Be Retained By Usariem For Proper Turn In And Disposal). All Existing Cisco Codec And Associated Peripherals That Will Not Be Reused In This Design A. Projector B. Projector Ceiling Mount. Keep: A. Existing Ceiling Mounted Bose Speakers B. Existing Podium (unless Theres A Reason To Remove And Replace With A Better Solution) C. Existing Side Wall Mounted Camera To View The Presenter On Stage (unless Theres A Reason To Remove And Replace With A Better Solution). Install: A. New Ms-teams Native Solution Installed (logitech Preferred To Align With Other Conference Room Spaces) B. In-ceiling Microphones Throughout The Room C. Display Wall To Support High Resolution Images Clearly Visible From All Angles Of The Room D. Expected Dimensions: 12ft Wide By About 7ft High (16:9 Width To Height Ratio) Desired End State Of Lecture Hall: A. High Quality Display Easily Viewable From Any Seat In The Room In Any Lighting Condition The Room Provides (lights All On Or Partial On-off). B. Ms Teams Supported Solution To Allow Easy Integration. C. Ability To Use A Laptop That Plugs Into The Room Via A Single Usb-c Connection And Provides Audio (output From Laptop As Well As Microphone Input To Laptop) As Well As Video Output To A Large Display To Be Procured And Installed As A Part Of This Contract. D. Ability To Use The In-room Audio (podium Microphone And In-room Speakers) And A Means To Turn Up/down Volume Levels Via Some Simple And Obvious Interface Available To The Presenter. E. Microphones That Can Pick Up Audio From All Throughout The Room, Not Just At The Podium For The Presenter. 2.) Lobby: (simplicity And Reliability Are The Most Important Factors For This Design). Remove: (note: Electronics Items To Be Retained By Usariem For Proper Turn In And Disposal). A. Two Existing Wall Mounted Tvs. Keep: A. Not Applicable. Install: A. Two Tvs Mounted On Right Wall When Entering The Building (wall 190 Inches H X 94 Inches W). B. One Vertical Display Which Will Be Used For Digital Signage ? Expected Dimensions: 5ft Tall By About 3ft Wide (16:9 Ratio). C. One Horizontal Display Which Will Be Used To Display Both Interactive And Non-interactive Content: Expected Dimensions: 60-inch Display, Likely Approx. 53-inch X 30-inch. D. Horizontal Display Will Be Slight Right Of The Center Of Overall Wall. E. Vertical Display Will Be Centered Between Left Wall And Horizontal Display F. Mechanism To Update Content On Both Displays. G. Displays Will Have Frames Around Them Desired End State Of Lobby: A. Two Displays That Are Easily Updated Either Through Network Connected Software Or Usb (back-up If Only Option). B. Network Setup Should Not Include Any Type Of Media Server If Going That Route. Submittals: Summaries Of The Services As Listed Above Shall Be No More Than Five (5) Pages In Length (1 Side Of 1 Sheet Of Paper Counts As A Page) And Shall Describe Service Capabilities In Each Of These Areas. Interested Parties Shall Provide Their Business Size Status Based Upon Naics Code 238210, Electrical Contractors, And Other Wiring Installation Contractors, With A Small Business Size Standard Of $19m, And Their Cage Code As Registered At Sam.gov. Interested Parties May Include Brochure Information (if Appropriate) With The Summary Package By The Governments Requested Date Of Submittal Of 07 January 2025, 11:00am Eastern Standard Time (est). Interested Parties Shall Submit Information In Response To This Rfi To: Jennifer.s.bassett.civ@health.mil. Responses Shall Be Submitted And Received Via Email No Later Than Two O-clock Post Meridian Eastern Standard Time (2:00pm Est) Tuesday 07 January 2025. Documents Shall Be Electronic In Microsoft Word, Excel, Power Point, And Or Adobe Portable Document Format (pdf) And Provided As Attachments To The Email. No Telephonic Responses To This Rfi Will Be Considered. Questions Concerning This Request For Information (rfi) May Be Addressed By Contacting: Jennifer.s.bassett.civ@health.mil. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. Responses To This Rfi Are Not Offers For A Contract And Will Not Be Used By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. Vendors Having The Services That They Believe Would Be Suitable For Operations As Described Herein Shall Submit All Supporting Documentation Requested By This Rfi To The Point Of Contact (poc) Noted Above. Please Provide Information On Your Organization In The Following Areas: 1. Company Name, Address And Single Point Of Contact With Name, Title, Telephone Number And E-mail Address. 2. Duns Number And Cage Code 3. Confirmation Of Current Active Registration In System For Award Management (sam) 4. Primary Naics Code(s) And Business Size (i.e., Small/large) 5. Gsa Schedule, If Available 6. Commercial Price List, If Gsa Schedule Is Not Available 7. Product Specific Brochures Literature. Provisions And Clauses: 52.215-3 Request For Information Or Solicitation For Planning Purposes. Request For Information For Planning Purposes (oct 1997)(a) The Government Does Not Intend To Award A Contract On The Basis Of This Solicitation Or To Otherwise Pay For The Information Solicited Except As An Allowable Cost Under Other Contracts As Provided In Subsection 31.205-18, Bid And Proposal Costs, Of The Federal Acquisition Regulation. (b) Although Proposal And Offeror Are Used In This Request For Information, Your Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. (c) This Request For Information (rfi) Is Issued For The Purpose Of Lecture Hall And Lobby Audio / Visual (a/v) Refresh. (end Of Provision)
Closing Date7 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Details: Sources Sought Notice: The Department Of Veterans Affairs, Network Contracting Office 4 (nco 04), Is Conducting A Market Survey To Identify Potential Sources To Provide A Base Plus Four Option Year Contract To Supply Biorad Controls Needed For Quality Control Testing For A Wide Range Of Blood Analytes For The James E. Van Zandt Va Medical Center-2907 Pleasant Valley, Blvd, Altoona, Pa 16602. this Notice Is Issued For Informational Planning Purposes Only And Is Not A Request For Quote Or Announcement Of A Solicitation. Submitting Information For This Notice Is Voluntary And Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses Submitted Because Of This Notice. No Solicitation Is Available At This Time. If A Solicitation Is Issued It Will Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. the Purpose Of This Market Research Is To Identify Capable Sources That Are Both Experienced And Qualified To Provide The Desktop Automated Csf In Accordance With Statement Of Work. the North American Industry Classification System Code (naics) Is 334516 Medical Laboratories, And The Small Business Size Standard Is 1000 Employees For This Type Of Effort. vendors Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of Contract. If You Are Responding As A Service-disabled Veteran Owned Small Businesses Or Veteran Owned Small Businesses (sdvosb S And Vosb S), Your Company Must Be Registered In Vetcert And Maintain A Current Certification (https://veterans.certify.sba.gov). capability Statement And Documentation: companies Are To Provide A Summary Of Your Firm S Capabilities, Experience, And Knowledge In Providing These Services. Sources Are Asked To Provide The Following Information: 1. Company Information: Company Name Company Address Company Uei Sam Company Naics Code(s) Point Of Contact Name Point Of Contact Phone Number Point Of Contact Email Address Company Website (if Available) 2. The North American Industry Classification System Code (naics) Is 339113 Medical Laboratories, And The Small Business Size Standard Is 800. based On This Information, Please Indicate Whether Your Company Is A: service-disabled Veteran Owned Small Business (sdvosb) veteran Owned Small Business (vosb) 8(a) hub Zone Small Business women Owned Small Business small Disadvantaged Business (sdb) small Business Concern large Business 3. Provide A Summary Of Your Firm S Ability/ Capability To Meet The Services Described In This Notice (see Attached Sow). 4. Government Contracts For These Services In The Last 3 Years. Include: government Agency contract Number dollar Value period Of Performance government Point Of Contact Information (name, Email, Phone Number) information Regarding Your Company S Capacity And Capability To Provide Such Services Are To Be Submitted Electronically On Or Before 4:00 Pm, Friday, 01/17/2025 Addressed To Christa Stine, Contract Specialist Christa.stine@va.gov. statement Of Work For Biorad Controls: biorad Controls Are Needed For Quality Control Testing For A Wide Range Of Blood Analytes. These Analytes Are Used To Aid Practitioners In The Diagnosis Of Disease. The Quality Control Material Is Used On Our Abbott Alinity Blood Analyzers That Measure These Analytes And Were Set Up By Abbott Upon Initial Installation Of The Analyzers, Passing All Performance Validation Measures. The Biorad Controls Have Specific, Known Levels Of All These Analytes. When These Controls Are Tested On The Analyzer, We Can Determine If The Analyzer Is Functioning Properly And As A Result If The Analyzer Will Test Patient Blood Levels Accurately. Without Proper Verification Of Analyzer Functioning Using This Quality Control Material, We Cannot Proceed With Patient Blood Testing. Biorad Quality Controls Are Compatible With Our Current Test Methods On Our Abbott Alinity Analyzers. Our Laboratory Is Currently Set Up With Bio-rad S Online Quality Control Peer Review Program, Which Allows Us To Compare Our Quality Control Results With Those Of Other Laboratories. Verifying Proper Functioning Of Our Blood Analyzer With The Biorad Controls And Comparing With Other Laboratories On Bio-rad S Peer Review Program, Which Allows The Lab To Accurately Test Patient Blood Samples And Aid Practitioner S Diagnoses. Without It, Patient Testing Cannot Proceed. All Materials Received In One Shipment Must Be Of Same Lot And With The Longest Expiration Date Possible. We Also Need To Have Materials That Have An Expiration Date Of Longer Than One Year To Be Sequestered, As To Limit The Amount Of Lot-to-lot Comparison That Will Need To Be Completed Between Each Lot. This Can Be Time Consuming And Wasteful. special Instructions And Delivery Schedule Needed For Biorad Controls For Optimal Continuity Of Patient Care: item #697 Biorad Liquid Unassayed Multiqual Level 1 quantity =14 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #698 Biorad Liquid Unassayed Multiqual Level 2 quantity = 14 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #699 Biorad Liquid Unassayed Multiqual Level 3 quantity = 14 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #360 Biorad Liquichek Ia Plus, Trilevel   quantity = 42 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year item #544 Biorad Liquichek Ethanol/ammonia Level 1 Quantity = 16 Ship Ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #545 Biorad Liquichek Ethanol/ammonia Level 2 Quantity = 16 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #546 Biorad Liquichek Ethanol/ammonia Level 3 Quantity = 16 Ship All Same Lot #, Longest Expiration Date Of At Least Year item #397 Biorad Liquichek Urine Level 1 quantity = 6 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #398 Biorad Liquichek Urine Level 2 quantity = 6 ship All Same Lot #, Longest Expiration Date Of At Least 1 Year item #146 Biorad Liquichek Cardiac Markers Plus Level 1 Quantity = 26 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year item #147 Biorad Liquichek Cardiac Markers Plus Level 2 Quantity = 26 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year item #148 Biorad Liquichek Cardiac Markers Plus Level 3 Quantity = 26 two Shipments All Same Lot #, Longest Expiration Date Of At Least 1 Year
Closing Date17 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Civil Works Others, Consultancy Services, Civil And Architectural Services
United States
Details: This Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Synopsis. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. Respondents Will Not Be Notified Of The Results Of The Evaluation. the U.s. Army Corps Of Engineers – Galveston District Has Been Tasked To Solicit And Award A Construction Contract For The Texas City I Wall. The Proposed Project Will Result In A Firm-fixed Price Contract. The Government Intends To Issue A Solicitation; However, The Results And Analysis Of The Market Research Will Finalize The Determination Of Procurement Method. The Type Of Set-aside, If Any, Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Synopsis. the Purpose Of This Sources Sought Announcement Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business (sb), 8(a) Small Business Development Program, Historically Underutilized Business Zones (hub-zone), Service Disabled Veteran Owned Small Business (sdvosb), And Woman-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Business, Section 8(a), Hubzone, Wosb, And Sdvosb Businesses Are Highly Encouraged To Participate. should The Acquisition Be Set-aside For The 8(a) Program, 8(a) Firms Are Reminded They Need To Have A Bona Fide Office In The Geographical Area Of Consideration Where The Work Is To Be Performed As Determined By Sba. project Information: general Description: The Project Includes The Demolition Of Approximately 360 Linear Feet Of Existing Floodwall And Construction Of Approximately 360 Linear Feet Of New Floodwall. Demolition Also Includes Specified Features Such As Pavements, Existing Hesco Barrier And Storm Drain Infrastructure And Other Existing Features In Direct Conflict With Construction That Are Not Handled By The Non-federal Sponsor. The I-wall Will Be Replaced With A Concrete Inverted T-wall That Goes From Ground Elevation (approx. 9.5 Feet On Average) To Elevation 22.25 Feet, Consisting Of Approximately 12,800 Linear Feet Of Steel H-piles, Miscellaneous Earthwork, And Water-tight Door And Frame. The Project Will Not Include The Placement Of Temporary Flood Protection. The Work Area Is Within An Active Chemical Refinery And The Contractor Will Be Required To Provide Security Personnel To Meet Marsec Requirements. Additionally, Vibration Monitoring Will Be Required. All Work Activities Due To Loading And Unloading Along The Dock Must Be Coordinated By Contractor With Ineos.this Project Is Located In Galveston County, Texas City, Texas. completion Time: 9 Months. estimated Magnitude For This Effort Is Between $10,000,000 And 25,000,000. naics Code 237990, Other Heavy And Civil Engineering Construction. sb Size Standard Is $45.0m. psc Code: Y1kz Construction Of Other Conservation And Development Facilities bonding Requirements: The Contractor Will Be Required To Provide The Performance And Payment Bonds Within 3 Calendar Day After Award. The Contractor Shall Begin Work Within 10 Calendar Days After Acknowledgement Of The Notice To Proceed. questions Concerning This Sources Sought Should Be Emailed To The Contract Specialist, Ms. Carmen E Hopkins Carmen.e.hopkins@usace.army.mil. anticipated Solicitation Issuance Date Is On Or About April 2024, And The Estimated Proposal Due Date Will Be On Or About August 2024. The Official Synopsis Citing The Solicitation Number Will Be Issued On Beta.sam And Inviting Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought Synopsis. However, All Construction Performance Must Be In Compliance With The Usace Safety And Health Requirements Manual, (em 385 1-1, And Must Also Comply With All Federal, State And Local Laws, Ordinances, Codes And/or Regulations). responses Are Limited To 10 Pages And The Following Information Is Requested: sam Unique Entity Id (uei) & Commercial And Government Entity (cage) (this Information Can Be Obtained From Your System For Award Management (sam) Registration At Www.sam.gov ). name Of Firm W/address, Phone, Fax, E-mail Address, And Point Of Contact. state If Your Company Is A Small Business, Sba Certified 8(a) Firm, Hubzone Small Business, Or Service-disabled Veteran-owned Small Business. Proof Of Small Business Administration (sba) Registration For 8(a), Hubzone Small Business And Woman-owned Small Business Shall Be Provided As Part Of Your Documentation. firm's Bonding Capability (bonding Level Per Contract And Aggregate Bonding Level, Both Expressed In Dollars, Via Letter From The Bonding Company). indicate Whether Your Firm Will Submit A Bid For This Project If Set-aside For Small Business, 8(a), Hubzone Small Business, Service Disabled Veteran-owned Small Business Or Woman-owned Small Business. provide Information On The Most Recent Up To Five Projects That Demonstrate Experience As A Prime Contractor Of Your Firm's Capability To Perform A Contract Of This Magnitude And Complexity. Incorporate A Brief Description Of The Project, Contract Number, Customer's Name And Phone Number, Timeline Of Performance, Customer Satisfaction And Dollar Value Of The Project. firm's Joint Venture Information If Applicable - Existing And Potential. firms Responding To This Sources Sought Announcement, Who Fail To Provide All Of The Required Information Requested, Will Not Be Used To Help The Government Make The Acquisition Decision, Which Is The Intent Of This Sources Sought Announcement. this Announcement And All Information Will Be Issued Via The Government Point Of Entry, Procurement Integrated Enterprise Environment And Offerors Must Be Active In Sam To Be Eligible For Award Of Government Contracts, Including Documenting Sec. 889 Compliance In Sam That Include Far 52.204-24 And Far 52.204-25. Contracting Will Verify The 889(a) And (b) Compliance – Per Far 52.204-26. Award Cannot Be Issues For Non-compliance Until Sam Registration Is Complete, Otherwise Offerors Will Not Be Eligible For Award. the Supplier Performance Risk System (sprs) Is The Department Of Defense, Single, Authorized Application To Retrieve Supplier Performance Information. Sprs Is A Web-enabled Enterprise Application That Gathers, Processes, And Displays Data About The Performance Of Suppliers And Must Be Completed Prior To An Award In Accordance With Dfars 204.7303(b)(1), Dfars 204.7304(e), Dfars 252.204-7020, Dodi 5000.79. Review Nist Sp 800-171 For Further Information. if You Can Meet All Of The Requirements For This Project, Please Respond To This Sources Sought Announcement No Later Than The Response Date And Time Indicated In This Announcement. interested Firms Should Submit Responses Via Email To Carmen E Hopkins Carmen.e.hopkins@usace.army.mil By 9 January 2025 At 1600 Cst. All Interested Firms Must Be Registered In Beta.sam.gov To Be Eligible For Award Of Government Contracts.
Closing Date9 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Agriculture or Forestry Works
United States
Details: Update 19 Dec 2024 - This Solicition Is Amended As Follows: Proposal Due Date Is Extended To 08:00 A.m. Local On 07 Jan 2025. Pre-proposal Inquiries Are Included With The Current Amendment. The Biological Assessment Is Also Included In This Announcement. All Other Terms And Conditions Remain Unchanged. 1. Introduction public Works Department (pwd) Pensacola Intends To Solicit Competitive Quotes In Support Of Naval Facilities Engineering Systems Command Southeast (navfac Se) Located At Naval Air Station (nas) Pensacola, Florida, Using Commercial Items Prepared In Accordance With Far Subpart 12.6 And Simplified Acquisition Procedures (sap) For Commercial Items Found At Far Part 13.5, Supplemented With Additional Information Included In This Request For Quotes (rfq). Quotations Will Be Due On Or About 07 Jan 2025. Navfac Se Pwd Pensacola Intends To Award A Commercial Services Firm Fixed-price (ffp) Contract On Or About 20 Jan 2025. 2. Requirement this Is A Contract To Perform Tree Clearing At The Transition Areas Located At Nas Pensacola Sherman Airfield. This Is An Active Airfield, And Is Home To The Navy’s Blue Angels Squadron, Three Navy Training Squadrons And Two Air Force Squadrons, Who Regularly Engage In Daily Flight Patterns Which Are Impacted By Trees Located Within The Transition Areas. the Project Scope Is Intended To Provide Tree Cutting/clearing Services To Remove All Trees And Ground Brush Within The Upland Areas And Remove Selected Trees Within The Wetland Areas. Cleared Upland Areas Shall Be Prepared To Promote And Allow Natural Vegetation To Resume With Preparing Ground Conditions For Future Periodic Mowing. Prior To Commencing Work For Clearing Trees And Brush, The Contractor Is Responsible To Prepare, Submit, And Obtain The Necessary Land Surveys, Permitting And Governmental/state Approvals Per Satisfaction Of Pwd Environmental Department’s Review, Approval, And Official Record Keeping. the Location For The Work To Be Performed Is On And Around Sherman Field At Nas Pensacola, Fl. Further Detailed Information Is Included In The Sow And Exhibits Attached To This Notice. 3. Synopsis Of Requirement the Contract Is Anticipated To Have A Final Period Of Performance Of 365 Calendar Days From Date Of Award. The North American Industry Classification System (naics) Code For This Acquisition Is 561730 – Landscaping Services, With A Size Standard Of $9.5m. The Federal Supply Code (fsc) Is S208, Grounds Maintenance. This Requirement Is 100% Set-aside For Small Business Only Concerns With The Applicable Naics. Applicable Concerns Must Have An Active Registration In The System For Award Management (www.sam.gov) And Eligible For A Determination Of Responsibility From The Sba. 4. Required Site Visit the Site Visit Is Scheduled For 05 Dec 2024 At 1000 Local Time. Please Contact Tanner Mckenzie At Tanner.r.mckenzie.ctr@us.navy.mil Or Theo Kramer At Theodore.kramer2.civ@us.navy.mil To Coordinate Base Access. This Will Be The Only Site Visit, And Individual Requests To Re-visit The Site At A Later Date Will Not Be Considered. quotations Submitted By Offerors Who Do Not Attend, Or Were Not Represented, At The Site Visit Will Not Be Considered For Award. It Is Considered Impractical To Determine, Without Inspection, The Exact Nature Of The Work And Site Conditions Under Which The Work Is To Be Performed. 5. Proposal Requirements offerors Are Required To Submit Proposals To The Contracting Officer No Later Than 05:00 Pm Central Time On 18 Dec 2024. Proposals Must Meet The Requirements As Detailed In Instruction To Offerors In The Attached Solicitation. Faxed Or Mailed Copies Will Not Be Considered. Proposals That Do Not Meet The Requirements In The Solicitation Will Not Be Considered For Award. Award Will Be Made To The Offeror With The Lowest Price And Determination Of Responsibility By The Sba. 6. Additional Information any Aforementioned Dates Are Subject To Change. All Amendments To The Solicitation Will Be Posted With This Notice. Offerors Are Cautioned To Check This Notice Periodically For Amendments. A Solicitation Mailing List Will Not Be Compiled And Amendments Will Not Be Sent Out In Paper Copy.
Closing Date7 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: Navy Reentry Systems Technical Engineering Services (non-da/pa) synopsis this Is A Sources Sought Notice (ssn) Announcement. Ssns Are Issued To Assist The Agency In Performing Market Research To Determine Industry Interest And Capability. No Proposals Are Being Requested Or Accepted With This Synopsis. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Synopsis. Therefore, No Proposals Are Being Requested Or Accepted In Response To This Ssn. 5.0 Purpose in Accordance With (iaw) Federal Acquisition Regulation (far) Part 10, Ssp Is Conducting Market Research To Determine If Sources Are Capable Of Successfully Performing The Requirements Identified In This Ssn. Specifically, Ssp Is Seeking Capable Firms For Engineering And Technical Services With An Emphasis On Navy Reentry Bodies (rb) Vulnerability And Performance, Systems Analysis And Effectiveness, Nuclear Weapons Surety And System Safety, Radiological Health And Radiation Control, And Future Navy Program Development As Cited In Paragraph 8.0 Below. the Contract Type Will Include Cost Plus Fixed Fee, Level Of Effort, Term Contract Line Item Numbers (clins). The Period Of Performance (pop) Will Include A Fy26 Effort From 1 October 2025 – 30 September 2026. note: Given The Highly Technical Nature Of Ssp’s Mission Set As A Major Weapons Systems Command And Corresponding Technical Requirements, Respondents Must Provide Recent And Relevant Past Performance Data (as Detailed Below) To Demonstrate And Substantiate The Respondents Ability To Successfully Execute Requirements Detailed In This Ssn. 6.0 White Paper Capability Statement Credentials a. Ssp Is Seeking Detailed, Complete, And Thorough White Paper Capability Statements From Interested Firms Who Can Demonstrate And Document, With Evidentiary Support, That They 1) Possess The Minimum Qualifications And Experience Identified In Paragraph 7.0 Which Are Critical To The Successful Execution Of The Requirements, And 2) Demonstrate Recent And Relevant Experience, As The Prime Contractor (or Subcontractor) Performing The Same/similar Efforts Of The Same/similar Scope, Size, And Complexity To The Requirements Identified In Paragraph 8.0. Interested Firms Must Demonstrate Their Existing Capability, Or Potential To Acquire The Capability, To Meet The Requirements Identified In Paragraph 8.0 Requirements By The Time Of Contract Award, Estimated To Be 1 October 2025. 6.1 Small Business Concerns iaw Far Subpart 19.2 Polices, Ssp Seeks To Provide Maximum Practicable Opportunities In Its Acquisitions To Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, And Women-owned Small Business Concerns. Small Business Concerns Who Possess The Minimum Qualifications And Experience Identified In Paragraph 7.0 And Who Can Demonstrate Its Concerns’ Capability (or Ability To Obtain The Capability By The Contract Award Date) To Execute The Complete Requirements Identified In The Requirements Identified In Paragraph 8.0, As Well Provide The Requisite Past Performance Experience Detailed In Section 9.0, Are Encouraged To Respond To This Ssn. if A Small Business Concern Intends To Partner With Another Entity, The Small Business Concern Must Identify Which Specific Requirements Identified In Paragraph 8.0 Efforts/tasks It Intends To Perform, As Well As The Specific Efforts/tasks The Partner Will Perform, With The Substantiating Data Required In This Ssn Supporting The Identified Partnering Roles And Responsibilities. Note: 100% Of The Requirements Identified In Paragraph 8.0 Structure And Ssn Requirements Must Be Addressed In Any Submitted Partnering Submittal, If Obtainable. note: In The Event This Contract Is Set Aside For Small Business Concerns, The Small Business Concern Agrees That It Will Be In Strict Compliance And Conformance With The Percentage Payment Limitations For Services, Supplies, Or Construction (as Applicable) To Subcontractors That Are Not Similarly Situated Entities In Accordance With Far 52.219-14 Limitations On Subcontracting And State Such In Their Response. 7.0 Minimum Qualifications / Experience Requirements interested Firms Shall Document And Submit Specific And Evidenced / Demonstrated Possession Of The Minimum Qualifications And Experience Requirements In The Technical Areas Identified In Bullets A Through Z Below Which Are Critical To The Successful Execution Of The Requirements In Paragraph 8.0. This Experience Shall Be Documented As Specified In Paragraph 9.0. Potential Sources Must Have The Ability To, Or Have A Thorough Understanding Of The Following: hostile Environments, Natural Space Environments, Fratricide Environments, And Intrinsic Radiation Environments Relevant To Navy Rbs And Their Applicability To Vulnerability And Performance. Hostile Environments Include, But Are Not Limited To: Nuclear Weapons, Electromagnetic Radiation, Kinetic Energy Weapons, And Directed Energy Weapons. Natural Space Environments Include, But Are Not Limited To: Cosmic Radiation, Trapped Protons And Electrons, Solar Flares, And Coronal Mass Ejections. navy Rb’s Vulnerability And Performance Concerns Including Accuracy Perturbations Resulting From Exposure To Hostile Environments, Natural Space Environments, And/or Fratricide Environments. vulnerability And Effectiveness Of Navy Rbs And Rb Components In The Following Environments: Mechanical, Electrical, And/or Electromagnetic Effects. conduct Hostile And Fratricide Radiation Transport Calculations For Navy Reentry Systems. calculate Personnel Dose Rate In Both The Existing Ohio Class Submarine And The Planned Columbia Class Submarine. conduct Performance And Vulnerability Assessments For Normal, Abnormal And Hostile Environments In Support Of A New Thermal Protection Systems (tps) Development Program For Navy Rbs calculate Electromagnetic Attenuation, Signal Degradation, Or Radio Frequency Signal Blackout Brought On By Reentry Plasma Sheathing. conduct Independent Assessments Of Hypersonic Reentry Plasma Sheathing And Subsequent Effects On Electromagnetic Signal Transmission. conduct Ground Based Hostile Blast Analysis Using Computational Fluid Dynamics (cfd) Models. assist Ssp With Intrinsic Radiation (inrad) Studies At Both Ssp Facilities And On Board Ssbn’s, And Radioactive Waste Characterization, Storage And Disposal. analyze Biological Effects Of Radiation From Plutonium, Tritium And Uranium Including Emitter Effects. Analyze The Effects Of Postulated Radiological Events. analyze Results Of Site Contamination Surveys To Ensure A Safe Working Environment To Include Gamma And Neutron Test/surveys. evaluate, Monitor, Review, And Update All Navy Related Documentation Such As Special Weapons Ordnance Publications (swops), Directives, Instructions, Ordnance Documents (ods), Etc. conduct Independent Assessments Of The Transporting, Processing, Handling And Maintenance Procedures And The Monitoring Techniques (air And Surface) That Apply To Hazardous Materials (radioactive And Mixed Waste) And Gamma And Neutron Personnel Exposure. produce And/or Coordinate Requirements Documents Including Military Characteristics (mcs), Stockpile-to-target Sequences (stss), And Technical Objectives And Guidelines (togs). Provide Input Regarding The Dod Nuclear Weapon System Surety Program Key Elements As Detailed In Dodm 3150.02: Dod Nuclear Weapon System Surety Standards, Dod Nuclear Weapon System Surety Policy, Dod Nuclear Weapon Safety Design Criteria, Positive Measures, Safety Rules And Technical Procedures. conduct Evaluations Of Deployed And Advanced/future System Options Including Ballistic And Non-ballistic, Strategic And Tactical, Nuclear And Conventional Reentry Systems. These Evaluations Shall Include But Not Be Limited To Assessments Of The Survivability, Military Utility And Effectiveness, And Dynamics Of These Systems And Concepts In Normal, Abnormal And Hostile Environments Against The Full Spectrum Of Targets. evaluate And Support All Facets Of Nuclear Weapons Surety. Nuclear Weapons Surety Is Defined As Policies, Procedures, Controls And Actions That Encompass Safety, Security And Control Measures, Which Ensure There Will Be No Nuclear Weapons Accidents, Incidents, Unauthorized Detonation, Or Degradation Of Weapons Effectiveness During Its Stockpile-to-target Sequence. advise Ssp On The Impact Of Dod, Nnsa, Nrc, Code Of Federal Regulations, Don, State, And Local Radiological Regulations Affecting Navy’s Nuclear Weapons. conduct Independent Reviews/assessments And Evaluate Both Conventional And Nuclear Weapon System Safety Policies, Directives, Standards And Proposed Changes Pertinent To Conventional/nuclear Weapon System Surety/safety For Ssp Hq Staff, Field Activities (e.g. Notu, Swflant, Swfpac, Sws Ashore, Spf), Ssbns (including Us Columbia Class Ssbn And Uk Dreadnaught Ssbn), And Ssgns, Including, As Directed, Activities Associated With The United Kingdom Trident Program. conduct Independent Reviews Of Ssp Alterations (spalts), Change Requests Or Other Modifications, New Developments, Lightning Protection And Grounding Systems, Electrostatic Discharge (esd), Ssp Occupational Safety And Health (osh) Efforts, Operational Safety Reviews (osr), Special Safety Study (sss), And Independent Assessments Of System Safety Policies And Practices Iaw Dodi And Dodm 3150.02, Ssp 5100.6, Sspinst 5100.2 (series) And Other Sspinst, Ordnance Document (od), Secnav/opnav Directives Or Other Uk Trident Guidance. provide Expert Advice Regarding The Analysis And Interpretation Of Overarching Statutes, Policy, Directives, Regulations, Instructions, Etc. As They Specifically Apply To Ssp’s Classification & Declassification Management Efforts Based On Knowledge Of Organizational Stakeholders And Past, Current, & Planned Future States Of The Programs. provide Expert Classification Determination Support Based On Knowledge Of Security Classification Guides That Relate To All Aspects Of The Submarine Launched Ballistic Missile (slbm) Weapon System. calculate The Responses Of Us Components In The Uk Trident Reentry Body To Stockpile- To-target-sequence (sts) Level Hostile Environments, Consider Both Single And Multiple Exposures In Their Calculations. perform Fratricide Evaluations For The Uk Trident Reentry Body That Will Identify Potential Differences In The Stay-out Regions Caused By Uk Unique Constraints, And Assist The Uk In Understanding And/or Adopting The Current Us Common Fratricide Methodology. conduct Evaluations Of The Aerodynamic Performance Of The Uk Trident Reentry Body Using Data From U.s. Demonstration And Shakedown Operation (daso) Flight Test, Follow-on Commander Evaluation Test (fcet) Flights, And Other Experimental Flight Test For These Evaluations Conduct Evaluations Of The Effectiveness Of The Uk Trident Reentry Body Provide Electronic File Transmission Support Between The Uk, The Us Navy And Doe/nnsa Information System Repositories And Databases. advise Ssp On The Proficiency Of The Operations At Uk Trident Facilities. This Activity Will Include Participation In Inspections And Evaluations, Preparation Of Associated Supporting Reference Materials, Evaluation Of Uk Proposals, And Participation In Compatibility Assessments Or Slow Run-through Activities. 8.0 Description Of Requirements requirement: Ssp Is Seeking Responsible Sources For Engineering And Technical Services With An Emphasis On Navy Reentry Bodies (rb) Vulnerability And Performance, Systems Analysis And Effectiveness, Nuclear Weapons Surety And System Safety, Radiological Health And Radiation Control, Future Navy Program Development, And Be Familiar With Article Vi Of The Polaris Sales Agreement (psa) . Potential Sources Must Have The Ability To, Or Have A Thorough Understanding Of The Following: hostile Environments, Natural Space Environments, Fratricide Environments, And Intrinsic Radiation Environments Relevant To Navy Rbs And Their Applicability To Vulnerability And Performance. Hostile Environments Include, But Are Not Limited To: Nuclear Weapons, Electromagnetic Radiation, Kinetic Energy Weapons, And Directed Energy Weapons. Natural Space Environments Include, But Are Not Limited To: Cosmic Radiation, Trapped Protons And Electrons, Solar Flares, And Coronal Mass Ejections. navy Rb’s Vulnerability And Performance Concerns Including Accuracy Perturbations Resulting From Exposure To Hostile Environments, Natural Space Environments, And/or Fratricide Environments. vulnerability And Effectiveness Of Navy Rbs And Rb Components In The Following Environments: Mechanical, Electrical, And/or Electromagnetic Effects. conduct Hostile And Fratricide Radiation Transport Calculations For Navy Reentry Systems. calculate Personnel Dose Rate In Both The Existing Ohio Class Submarine And The Planned Columbia Class Submarine. conduct Performance And Vulnerability Assessments For Normal, Abnormal And Hostile Environments In Support Of A New Thermal Protection Systems (tps) Development Program For Navy Rbs. calculate Electromagnetic Attenuation, Signal Degradation, Or Radio Frequency Signal Blackout Brought On By Reentry Plasma Sheathing. conduct Independent Assessments Of Hypersonic Reentry Plasma Sheathing And Subsequent Effects On Electromagnetic Signal Transmission. conduct Ground Based Hostile Blast Analysis Using Computational Fluid Dynamics (cfd) Models. assist Ssp With Intrinsic Radiation (inrad) Studies At Both Ssp Facilities And On Board Ssbn’s, And Radioactive Waste Characterization, Storage And Disposal. analyze Biological Effects Of Radiation From Plutonium, Tritium And Uranium Including Emitter Effects. analyze The Effects Of Postulated Radiological Events. analyze Results Of Site Contamination Surveys To Ensure A Safe Working Environment To Include Gamma And Neutron Test/surveys. write, Evaluate, Monitor, Review, And Update All Navy Related Documentation Such As Special Weapons Ordnance Publications (swops), Directives, Instructions, Ordnance Documents (ods), Etc. conduct Independent Assessments Of The Transporting, Processing, Handling And Maintenance Procedures And The Monitoring Techniques (air And Surface) That Apply To Hazardous Materials (radioactive And Mixed Waste) And Gamma And Neutron Personnel Exposure. produce And/or Coordinate Requirements Documents Including Military Characteristics (mcs), Stockpile-to-target Sequences (stss), And Technical Objectives And Guidelines (togs). Provide Input Regarding The Dod Nuclear Weapon System Surety Program Key Elements As Detailed In Dodm 3150.02: Dod Nuclear Weapon System Surety Standards, Dod Nuclear Weapon System Surety Policy, Dod Nuclear Weapon Safety Design Criteria, Positive Measures, Safety Rules And Technical Procedures. conduct Evaluations Of Deployed And Advanced/future System Options Including Ballistic And Non-ballistic, Strategic And Tactical, Nuclear And Conventional Reentry Systems. These Evaluations Shall Include But Not Be Limited To Assessments Of The Survivability, Military Utility And.effectiveness, And Dynamics Of These Systems And Concepts In Normal, Abnormal And Hostile Environments Against The Full Spectrum Of Targets. evaluate And Support All Facets Of Nuclear Weapons Surety. Nuclear Weapons Surety Is Defined As Policies, Procedures, Controls And Actions That Encompass Safety, Security And Control Measures, Which Ensure There Will Be No Nuclear Weapons Accidents, Incidents, Unauthorized Detonation, Or Degradation Of Weapons Effectiveness During Its Stockpile-to-target Sequence. advise Ssp On The Impact Of Dod, Nnsa, Nrc, Code Of Federal Regulations, Don, State, And Local Radiological Regulations Affecting Navy’s Nuclear Weapons. conduct Independent Reviews/assessments And Evaluate Both Conventional And Nuclear Weapon System Safety Policies, Directives, Standards And Proposed Changes Pertinent To Conventional/nuclear Weapon System Surety/safety For Ssp Hq Staff, Field Activities (e.g. Notu, Swflant, Swfpac, Sws Ashore, Spf), Ssbns (including Us Columbia Class Ssbn And Uk Dreadnaught Ssbn), And Ssgns, Including, As Directed, Activities Associated With The United Kingdom Trident Program. conduct Independent Reviews Of Ssp Alterations (spalts), Change Requests Or Other Modifications, New Developments, Lightning Protection And Grounding Systems, Electrostatic Discharge (esd), Ssp Occupational Safety And Health (osh) Efforts, Operational Safety Reviews (osr), Special Safety Study (sss), And Independent Assessments Of System Safety Policies And Practices Iaw Dodi And Dodm 3150.02, Ssp 5100.6, Sspinst 5100.2 (series) And Other Sspinst, Ordnance Document (od), Secnav/opnav Directives Or Other Uk Trident Guidance. provide Expert Advice Regarding The Analysis And Interpretation Of Overarching Statutes, Policy, Directives, Regulations, Instructions, Etc. As They Specifically Apply To Ssp’s Classification & Declassification Management Efforts Based On Knowledge Of Organizational Stakeholders And Past, Current, & Planned Future States Of The Programs. provide Expert Classification Determination Support Based On Knowledge Of Security Classification Guides That Relate To All Aspects Of The Submarine Launched Ballistic Missile (slbm) Weapon System. calculate The Responses Of Us Components In The Uk Trident Reentry Body To Stockpile- To-target-sequence (sts) Level Hostile Environments, Consider Both Single And Multiple Exposures In Their Calculations. perform Fratricide Evaluations For The Uk Trident Reentry Body That Will Identify Potential Differences In The Stay-out Regions Caused By Uk Unique Constraints, And Assist The Uk In Understanding And/or Adopting The Current Us Common Fratricide Methodology. conduct Evaluations Of The Aerodynamic Performance Of The Uk Trident Reentry Body Using Data From U.s. Demonstration And Shakedown Operation (daso) Flight Test, Follow-on Commander Evaluation Test (fcet) Flights, And Other Experimental Flight Test For These Evaluations. conduct Evaluations Of The Effectiveness Of The Uk Trident Reentry Body. provide Electronic File Transmission Support Between The Uk, The Us Navy And Doe/nnsa Information System Repositories And Databases. advise Ssp On The Proficiency Of The Operations At Uk Trident Facilities. This Activity Will Include Participation In Inspections And Evaluations, Preparation Of Associated Supporting Reference Materials, Evaluation Of Uk Proposals, And Participation In Compatibility Assessments Or Slow Run-through Activities. 8.1 Place Of Performance within Walking Distance (less Than ½ Mile) Of The Washington Navy Yard Dc, United States: Host An Esn Terminal And Esn Vtc Capability. Esn Is The Only Classified Conduit To Discuss Secret Rd/frd Or Cnwdi Data With Nnsa As Well As Secret Atomic And Secret Atomic Principle Data With The United Kingdom. Ssp Does Not House This Capability. classified Conference Rooms For Meetings Between Department Of Navy And Department Of Energy. within Driving Distance (less Than 10 Miles) Of Sandia National Laboratories In Albuquerque, Nm, United States: esn Terminal And Esn Vtc Capability. classified Conference Rooms For Meetings Between Department Of Navy And Department Of Energy. within Driving Distance (less Than 10 Miles) Of Colorado Springs, Co maintain Hostile And Vulnerability Test Capabilities. 9.0 Evidentiary Qualifications/experience Documentation Requirements interested Firms Must Possess The Requisite Minimum Qualifications And Experience Identified In Paragraph 7.0 And Demonstrated Relevant And Recent Experience As It Relates To The Requirements In Paragraph 8.0. White Paper Capability Statements Must Include All Of The Content And Details Identified Below: 9.1 Minimum Qualifications / Experience Requirements Validation white Paper Capability Statement Submissions Shall Include A Discrete Section With The Heading “minimum Qualifications / Experience Requirements” And Document, With Specific Information, Each Of The Minimum Qualifications Identified In Paragraph 7.0. This Section May Cite Contract Reference Efforts Detailed In Table A Of Paragraph 9.2 Below Provided That Respondents Provide Context And Rationale As To How That Contract Reference Effort(s) Demonstrate Possession Of The Applicable Minimum Qualifications / Experience Requirements Of Bullets A Through Z Identified In Paragraph 7.0 – Or Have Capability Of Obtaining By Contract Award. 9.2 Relevant & Recent Experience / Supporting Narratives in Addition To Demonstrating Possession Of The Requisite Minimum Qualifications / Experience Requirements Identified In Paragraph 7.0 Above (or Have Capability Of Obtaining By Contract Award), Interested Firms Shall Demonstrate Relevant And Recent Experience Performing The Same Or Similar Efforts And Or Completion Tasks (as Applicable) To The Requirements In Paragraph 8.0. Relevant Experience Is Defined As Performing Efforts/tasks Similar In Scope, Size, And Complexity As The Ssn Clin Structure With An Annual Incurred Cost/expense Of At Least $10m. Recent Experience Is Defined As Work Performed Within 5 Years Of The Ssn Posting Date. To Substantiate The Performance Of Relevant And Recent Efforts/tasks To The Ssn Clin Requirements, White Paper Capability Statements Shall Provide A List Of Current Or Previous Contract References And The Efforts/tasks Performed Thereunder Detailing And Evidencing A Direct Correlation Of The Contract Reference Efforts/tasks To The Ssn Clin Structure Using The Specific Outline Provided In Table A Below. Submitter’s Responses To The Table A Ssn Clin Outline Shall Include The Following Information Per Individual Contract Reference: summary Of Relevant Work Performed And How That Specific Work Demonstrates Capability To Perform The Specific Requirements Identified In The Ssn Clins; current / Prior Contract Number(s) And Customer/agency Supported; identification Of Your Role As The Prime Or Subcontractor; contract Type: Cost Plus Fixed Fee Loe period Of Performance Of The Specific Contract Reference Effort Performed; quantity Of Fte Personnel Utilized On The Specific Contract Reference Effort, Per Annum, With Distinction And Fte Quantities Identified Between The Respondents Fte Employees And Any Subcontractor Fte Employees; net Dollar Value (base And Options) For Each Contract Reference And The Annual Incurred Costs For Each Contract Reference Provided Which Demonstrates The Magnitude Of Those Contract References In Comparison To The Annual Estimated Value Cited In Paragraph 9.2 Above. Note: Solely Citing An Idiq Ceiling Amount Or Base And All Options Aggregate Value Without The Annual Incurred Costs For The Submitted Contract Reference(s) Is Not Acceptable – Amounts Must Be Specific To The Actual Incurred Costs For A Contract Clin(s) Or Individual Task Order(s), For The Contract Reference(s) Cited In Table A Below; And customer Point Of Contact (poc) With Valid Phone Number And Email. table A – Summary Of Relevant & Recent Work Experience ssn Clin Requirement Contract Reference(s) Summary – Document The Specific Correlation Of The Contract Reference Efforts/tasks To The Ssn Clin Efforts/tasks 0001 0001- System Assessment And Vulnerability 0002 0002- Reentry Systems Mk4b Development 0003 0003- W93/mk7 Reentry System Development Support 0004 0004- Sp20124 Weapon System Safety 0005 0005- United Kingdom (uk) Mk4a Support 0006 0006- United Kingdom (uk) Trident Program Support 0007 0007- United Kingdom (uk) A21/mk7 Programmatic And Testing Support 0008 0008- Weapons Systems Refurbishment / Modification Programs 0081 0081- Weapons Systems Refurbishment/modification Programs 0009 0009- Future Flexibility 0010 0010- Future Sea-based Strategic Weapon (fssw) Program 0011 0011- Missile Assessment And Survivability Support 0012 0012- Le2 Missile Development Survivability Support 0013 0013- Slcm-n Development Program 0131 0131- Slcm-n Esn Area Construction 0014 0014 - Missile Life Extension Programs (d5le2) 0015 0015- Sp202 Systems Analysis And Effectiveness 0016 0016- Sp28 Intrinsic Radiation (inrad) Survey 10.0 Company Information And Deadline For Submittal white Paper Capability Statements Shall Be Submitted In Pdf Format And Are Due No Later Than January 10, 2025 1700 Eastern. The White Papers Shall Not Exceed 20 Pages In Total, Using 12-point Times New Roman And 1” Margin And Shall Be Submitted Via E-mail To Kurt.geisinger@ssp.navy.mil. all White Paper Capability Submittals Shall Include The Following Information “not” Included In The Aforementioned Maximum 20-page Limit: company Administrative Information company Name: company Point Of Contact (email And Phone) And Title: company Address: unique Entity Identifier (uei) No: cage Code: size Of Business, Including; Total Annual Revenue, By Year, For The Past Five Years And Number Of Employees; ownership, Including Whether: Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, And Women-owned Small Business Concerns; number Of Years In Business; identification Of The Current Security Clearance Held At Your Facility That Will Provide Support To The Clin Structure. Note: Work To Be Performed Under This Contract Shall Require The Contractor To Have A Facility Clearance Of Top Secret And A Computing Facility That Is Cleared To Process Top Secret Data. respondents To This Ssn Shall Indicate Which Portions Of Their Response Are Proprietary/business Sensitive And Should Mark Them Accordingly. It Is The Responsibility Of The Ssn Respondent To Monitor The Sam.gov Website For Additional Information Pertaining To Any Potential Acquisition. 11.0 Government Assessment the White Paper Capability Statement Responses To This Ssn Must Meet The Requirements Stated In The Ssn And Will Be Reviewed To Determine Whether Each Respondent Is Capable Of Performing The Requirements. This Review Will Be Based Solely On The Specific Data And Supporting Content Provided By The Respondents In Their White Paper Capability Statement Submissions And Responses To Any Follow On Clarification Inquires Submitted By The Government. Incomplete Or Generalized White Paper Capability Statements, Without Specificity As It Relates To The Ssn Content Requirements, Omitted Content, Or Content Which Fails To Address All Of The Requirements Of This Ssn, Will Have A Direct Affect Upon The Government’s Assessment Of The White Paper Submittal. The Government’s Assessment Will Include, But Is Not Limited To, The Following: (1) The Respondent’s Specific And Evidenced / Demonstrated Possession Of The Minimum Qualifications / Experience Requirements Identified In Paragraph 7.0; (2) The Respondent’s Demonstrated Ability To Manage, As A Prime Or Subcontractor, The Types And Magnitude Of Requirements Identified In The Ssn Clin Structure Based On Their Relevant And Recent Performance Of Same/similar Efforts/tasks In Terms Of Scope, Size, And Complexity; (3) The Respondent’s Demonstrated Technical Ability, As A Prime Or Subcontractor, To Execute The Ssn Clin Structure Based On Their Relevant And Recent Performance Of Same/similar Efforts/tasks In Terms Of Scope, Size, And Complexity; And (4) The Respondent’s Demonstrated Capacity To Execute The Clin Structure Based On Their Relevant And Recent Performance Of Same/similar Efforts In Terms Of Scope, Size, And Complexity, The Quantity Of Personnel Required, And The Contract Award Date. 12.0 Ssn Disclaimer this Ssn Is Issued Solely For Market Research Purposes. It Does Not Constitute A Request For Proposal (rfp) Nor A Promise To Issue An Rfp In The Future. This Ssn Does Not Commit The Government To Solicit Or Award A Contract. The Information Provided In The Ssn Is Subject To Change And Is Not Binding On The Government. Respondents Are Advised That All Costs Associated With Responding To This Ssn, Including Any Requests For Follow-up Information, Will Be Solely At The Interested Parties’ Expense And The Government Will Not Pay For Any Information Or Costs Incurred Or Associated With Submitting A Ssn White Paper Capability Statement Or Follow-on Responses. the Government Reserves The Right To Consider A Set-aside For Small Businesses Or One Of The Small Business Preference Groups. (e.g., Small Business, Service-disabled Veteran-owned Small Business, 8(a), Hubzone Small Business, And Women-owned Small Business Programs).
Closing Date10 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n793.09|2b2|n/a|kyle.r.matsinger.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports||n/a|n00383|tbd|tbd|tbd|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months After Date Of Delivery|45 Days After Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitations On Pass-through Charges (jun 2020)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|332919|750||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| this Is A Competitive Spares Requirement For The Items Listed In This Solicitation. 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 . 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 ( ;6544d025-3; ) ;80020; , Revision ;g; 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=6530c124 |80020| H| |d| | | | drawing Data=6544d025 |80020| G| |d| | | | 3. Requirements - Not Applicable 4. Quality Assurance indal Technologies Is A Canadian Company Whose Welding Certification Is In Accordance With The Canadian Welding Bureau (cwb) Vice Navsea Welding Certification Standards. Per Rei 23-22058 The Cwb Welding Certification Is Acceptable. quality Assurance Requirements 1. 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. 2. First Article Testing: the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And Must Address All Elements Listed Below 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. 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 Andincluded 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. 3. Production Lot Special Tests: N/a 4. 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. 5. 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 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.2.1 Dimensional Test (special) ;applies; 4.2.2 Requirements Of: ;lke Drawing Package; 4.2.3 Form ;applies; 4.2.4 Fit ;n/a; 4.2.5 Function ;n/a; 4.2.6 Compliance With Drawing ( ;80020; ) ;6544d025; , Revision ;g; And Specifications Referenced Therein. 4.3 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 4.4 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.5 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. 4.5.1 The Qar Shall Be Present To Witness All First Article Testing. 4.5.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; 4.6 Disposition Of Fat Samples 4.6.1 ;n/a; Sample(s) May Be Destroyed During Testing. 4.6.2 ;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. 4.7 Test Sample Coating Instructions 4.7.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.8 Notice To Government Of Testing At The Contractors Facility. 4.8.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;6544d025-3; ; , Revision ;g; ; 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. 4.9 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:_________ 4.10 . 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. 4.11 Special Inspection Requirements ( ;n/a; ) Magnetic Particle Inspection ( ;n/a; ) Surface Inspection ( ;n/a; ) Penetrant Inspection ( ;n/a; ) Radiographic Inspection ( ;n/a; ) Ultrsonic Inspection ( ;applies; ) High Shock Test ( ;applies; ) Mechanical Vibration Test 4.12 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 Nawcadlke Qa / Tel: (732)-323-2834 e-mail: 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 Application Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. navsup Reference Only: Procurement Tdr (24-10083) The Components Being Acquired Under This Solicitation Have Been Classified As "critical" Requiring Engineering Source Approval By Naval Air Systems Command. Only Those Companies Who Have Submitted And Been Approved Will Be Eligible For Award Under This solicitation. Any Company May Submit A Source Approval Request As Outlined In This Solicitation. \ date Of First Submission=asreq 16 Remarks (block 12) Concurrently With Delivery Of Fat Items. inspection/certification Data Needed To Substantiate The Quality Ofthe 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". data Requirements: a. Copies Of All Approved Requests For Variations. b. Identification Per Drawing 6544d025. c. Hydraulic Requirements Per Drawing 6544d025. d. Electrical Requirements Per Drawing 6544d025. e. Shock And Vibration Requirements Per Drawing 6544d025. f. Dimensional Inspection Per Drawing 6544d025. g. Acceptance Test Per Drawing 6544d025. date Of First Submission=asreq 16. Remarms: (block 12) Concurrently With Final Inspection. data Requirements: a. Copies Of All Approved Requests For Variations. b. Identification Per Drawing 6544d025. c. Hydraulic Requirements Per Drawing 6544d025. d. Electrical Requirements Per Drawing 6544d025. e. Coating Per Drawing 6544d025. f. Shock And Vibration Requirements Per Drawing 6544d025. g. Dimensional Inspection Per Drawing 6544d025. h. Acceptance Test Per Drawing 6544d025.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

Soil And Land Use Survey Of India Tender

Goods
GEM
India
Purchaser Name: Soil And Land Use Survey Of India | Ph Meter
Closing Date2 Jan 2025
Tender AmountRefer Documents 

Soil And Land Use Survey Of India Tender

Goods
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
GEM
Corrigendum : Closing Date Modified
India
Purchaser Name: Soil And Land Use Survey Of India | CATEGORY: Plotter Printers (V2) (Q2)
Closing Date17 Jan 2025
Tender AmountRefer Documents 
4781-4790 of 4926 archived Tenders