Survey Tenders

Survey Tenders

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n792.14|2g1|see Email|helen.i.carmelo.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00383|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|1 Year After Date Of Delivery|45 Days From Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| limitation Of Liability--high-value Items (feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (may 2024)|12|336413|1250 Emp||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| offerors Shall Submit Proposals Via Neco Or Email Only. 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Pre-award / Post Award Requirements: due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.3 The Components Being Acquired Under This Solicitation Have Been Classified As Flight Critical Requiring Engineering Source Approval By The Naval Air Systems Command. Only Those Companies Who Have Submitted Requests For Source Approval And Been Approved will Be Eligible For Award Under This Solicitation. Any Company Not Previously Approved May Submit A Source Approval Request To The Contracting Officer, Naval Inventory Control Point, (see Block 10 Of The sf33 For Name And Code). The Source Approval Request Shall Contain The Following Documentation And Shall Be Submitted By The Closing Date Of This Solicitation: (a) Copy Of Complete Configuration Drawings For A Similar Item(s) Which Your Company Has Produced Within The Past Three Years, Including Test Procedures For Which Your Company (1) Has Been Qualified To Manufacture And (2) Which Is Similar, I.e., Requires The same Materials, Manufacturing Processes, Inspections, Tolerances And Similar Application As The Item(s) For Which You Are Seeking Approval. (b) Copy Of The Complete Process/operation Sheets Used To Manufacuture The Similar Item, Including But Not Limited To, Detailed Shop Sketches. These Plans Must Note Those Operations And Processes Performed By Subcontractors/ Vendors. (c) Complete Copies Of Purchase Orders, Shipping Documents, Etc. That Document Delivery Of Production Quantities Of The Part To The Original Equipment Manufacturer Or Military Service. Provide The Most Recent Copies Of The Documents. (d) A Detailed Comparative Analysis Of The Differences/similarities Between The Similar Part And The Part(s) For Which You Are Seeking Approval. This Analysis Should Include Materials, Configuration, Tolerances, Process Requirements, Dimensions, Castings, forgings, Etc. (e) Copy Of Inspection Method Sheets Used In The Manufacturing And At Final Inspection. These Sheets Should Include Actual Tolerance, Print Requirements, Inspection Devices, Sources Performing The Operation And Level Of Inspection. Critical Characteristics should Be Discernible From All Other Characteristics. the Above Requirements Are A Subset Of Requirements Specified In The Aso source Approval Information Brochure Dated January 1995. The Submission Of This Data Subset Is Contingent Upon And In Consideration Of The Submitting Contractor Meeting All Other Requirements Specified In This Solicitation To Include A Bilateral Agreement With mda Which Includes Availability Of Complete Data, Mrb Disposition, Etc. Any Company Not Having Such Agreement, But Desiring To Seek Engineering Source Approval, Will Be Required To Submit Data Meeting All Requirements Of The Aso/navicp Source Approval brochure. 1.4 Sampling Rates (aqls) Indicated Below Shall Be Used In Accordance With ansi Z1.4 For Single Sampling And A General Inspection Level Of Ii. 1.5 In Addition To The 100% Pco Mandatory, Critical And Major Characteristics, attributes For Plating, Hardness And Non-destructive Testing Will Be Inspected one Hundred Percent. 1.6 Contractor Shall Develop A System For Identification Of Individual piece Parts For Traceability Purposes. Markings Shall Not Be Permanent. 1.7 An Aql Of 1.5 Will Be Used For Class 3 Threads And Dimensions, And geometric Feature Controls With A Tolerance Range Of .010 Or Less. 1.8 For Minor Characteristics, A Sampling Rate Determined By The Contractor and Subject To Qar Approval Will Be Used. 1.9 The Material Covered In This Contract/purchase Order Will Be Used In A crucial Shipboard System Enabling The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious Personnel Injury, Loss Of Life, Loss Of Vital shipboard Systems Or Loss Of Aircraft. Therefore,the Material Has Been designated As Critical Material And Special Control Procedures Are Invoked to Ensure Receipt Of Correct Material. 1.10 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;nawc Lakehurst; Drawing Number ( ;80020; ) ;11-61369-5; , Revision ;v; 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=mpr 1223 |80020| C| |d| | | | drawing Data=mpr 4 |80020| D| |d| | | | drawing Data=11-61369 |80020| V| |d| | | | 3. Requirements - Not Applicable 4. Quality Assurance unique Requirements: all Records Pertaining To Alre Csi/cai Manufacture And Inspection/test Shall Be Provided To The Alre Cognizant Technical Authority. All Records Shall Be Maintained By Lke Qa And By The Manufacturer For A Period Of Seven Years. interim Inspection Requirements: The Following Item(s) Requires An Interim Inspection At The Contractor's Location: a. P/n 11-61369-5, Cover-intmd 12 Ft (csi): i. Verification Of Material Properties And Testing Per Note 5 Of Drawing 11-61369 (m101). ii. Verification Of Heat Treatment Per Note 6 Of Drawing 11-61369 (c1). iii. Witness Of Magnetic Particle Inspection Per Mpr 4. Note 5 Of Drawing 11-61369 Refers (m101). iv. Witness Of Dimensional Inspection Per Drawing 11-61369 (m102-m126). alre Csi Parts Require Certification. a. When Certified, An Alre Part Is Marked With A Material Identification Code (mic). Nawcadlke Qa Will Provide The Mic To Dcma If The Component Is Source Accepted, And After Receipt Of All Associated Data. Application Of Mic Shall Bein The Same Methodology As the Drawing Note For Part Marking, And In Same Area As Part Marking (next To, Above, Or Below). receipt Inspection And Certification Of Sub-components: N/a receipt Inspection And Certification Of The Top Assembly: the Receipt Inspection And Certification Of The Top Assembly, P/n 11-61369-5, Shall Occur During The Final Inspection. contractor Assist And Part Marking: a. The Contractor Shall Assist On The Conduct Of The Inspections (both Final And Interim) Required That Are Necessary To Certify The Critical Items Specified Herein. The Contractor Shall Provide Adequate Facilities, Inspection Equipment, And Skilled Personnel, to Support The Nawcadlke Inspector In The Conduct Of The Interim Inspection(s). The Contractor Shall Provide Gauges, Tools, Fixtures, And Jigs Necessary To Perform The Inspections. The Contractor Shall Also Provide Sufficient Rigging/material Handling Services and Manpower To Setup/configure/operate Equipment & Machines Used To Accomplish The Inspection Task. This Contractor Assist Requirement Shall Be Applicable To 100% Of The Production Quantities. As Part Of The Mri Process, The Nawcadlke Qa Representative Will provide, In Writing, A Certification Number Along With Direction For Marking The Critical Safety Items (csi). 1. The Solicitation/contract Shall Contain The Nawcadlke Inspection Surveillance Clause As Follows: a. Because Of The Critical Nature Of This Material, A Representative Of The Naval Air Warfare Center Aircraft Division Lakehurst (nawcadlke) Is Available To Furnish Technical Assistance On Quality Assurance (qa) Matters And Shall Have The Option Of Conducting qa Surveillance For The First Lot Produced Under This Contract (and All Subsequent Lots If Necessary). This Requirement Will Be Performed In Conjunction With The Government Qas Of The Cognizant Defense Contract Management Activity And Does Not Abrogate The authority Or Responsibility Of The Designated Government Qas. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa Section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When The Material Is Scheduled To Be Presented To the Dcma Government Qas For Government Inspection And Ac Ceptance. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A Minimum Of Fourteen (14) Working Days Is Required To Arrange The Surveillance Visit. notification Shall Include The Following Information: Company Name,cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature, Part Number, Niin, Type Of Inspection, And Quantity Of Parts. b. Due To The Critical Nature Of This Item, It Is Necessary To Conduct In-process Inspections On Critical Component Features, Attributes, Or Manufacturing Processes. The Contractor Agrees To Notify Roy Janney, Roy.a.janney.civ@us.navy.mil, Of The Nawc Qa section Code, Bl41600, Lakehurst, Nj 08733-5035 And The Pco When Material Is Scheduled For The Interim Inspection(s) That Are Identified Herein. This Notice Shall Afford The Nawcadlke Qa Representative The Option Of Being Present During The Inspection. A minimum Of Seven (7) Working Days Is Required To Arrange The Surveillance visit. Notification Shall Include The Following Information: Company Name, Cage Code, Phone Number, Fax Number, Contract Number, Point Of Contact, Part Nomenclature,part Number, Niin, Type Of Inspection, And Quantity Of Parts. 2. The Contractor Shall Perform Quality Conformance And Lot Sampling Inspection For All Associated Features That Are Present In The Drawings And Specifications: a. Features/attributes/requirements Classified As Critical And Major On The Drawing(s) Or Within The Technical Specification Shall Be Inspected And Shall Have The Actual Dimensions Documented 100%; b. Attributes For Plating, Hardness, And Non-destructive Testing Shall Be Inspected 100%; c. Class 3 Threads, Dimensions, And Geometric Feature Controls With A Tolerance Range Of .010 Or Less Shall Be Inspected Using An Aql Of 1.5 And The General Inspection Level Ii As Defined By Ansi Z1.4 d. Minor Characteristics: Sampling Shall Be Inspected Using An Aql Of 4.0 And The General Inspection Level Ii As Defined By Ansi Z1.4. 3. The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System Supporting The Launch And/or Recovery Of Aircraft. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In A Serious personnel Injury, Loss Of Life, Loss Of Vital Shipboard Systems, Or Loss Of Aircraft. Therefore, The Material Has Been Designated As Critical Safety Item (csi) Material And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material. 4. First Article Testing: the Contractor Shall Conduct First Article Testing On This Item Of Alre/se And 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. Accordingly, The Contractor Shall Allow Time To Arrange For Nawc Participation In accordance With The "nawcadlke Inspection Witness Option"; iii. The Contractor Shall Provide Facilities And Personnel Sufficient To Conduct All Necessary Tests To Establish Conformance; iv. The Contractor Shall Have Available For Review All Certifications, Test Reports, In-process Inspection Documents Needed To Substantiate Product Quality; This Same Documentation Shall Also Be Included In The First Article Test Report; v. The Contractor Shall, At The Time Of First Article, Have Corrected Any Problem Areas Deemed Significant And Documented As Deficient By The Government Within His/her Quality Assurance System Not Previously Identified During Prior Evaluations And/or Surveys; any Problems Identified During The Conduct Of The Test Will Also Require Correction. b. Testing And Evaluation: i. The Contractor Shall Accomplish 100% Inspection And/or Testing Of All Critical, Major, And Minor Dimensions And/or Requirements Identified In The Drawings, Drawing Notes, And Process And Fabrication Specifications. Results Shall Consist Of Actual Dimensions, measurements, And Test Outcomes And Shall Be Recorded And Included In The First Article Test Report. c. Acceptance/reject Criteria: i. Satisfactorily Meeting All Requirements Cited In The First Article Testing "requirements" Paragraph Above And Satisfactorily Demonstrating 100% Conformance To The Test And Evaluation Elements Cited In The First Article Testing "testing And Evaluation" paragraph Above Shall Constitute Acceptance Of The First Article; ii. Failure To Meet Any Of The Conditions In The First Article Testing "requirements" Paragraph Above Or The First Article Testing "testing And Evaluation" Paragraph Above Shall Be Cause For Rejection. d. Delivery: i. The Accepted First Article Exhibit May Be Delivered And Counted Along With The Contract Production Quantities Providing The Item Has Not Been Damaged During Testing, And Has Been Found To Be Conforming; ii. The Contractor Is Responsible For Preparing The First Article Test Report In Accordance With Cdrl's. 5. Production Lot Special Tests: N/a 6. For Purposes Of This Tdr, The Term Ndt Shall Refer To The Following Methods: Mt - Magnetic Particle Testing, Pt - Penetrant Inspection, Ut - Ultrasonic Testing, Rt - Radiographic Testing, And Vt - Visual Testing. 7. Companies Performing Ndt Shall Be Nadcap Accredited, Or A Laboratory Accredited By One Of The Organizations Listed Below As Satisfying Iso 17025 (general Requirements For The Competence Of Testing And Calibration Laboratories). Ndt Certificates Shall Be Bear the Symbols Of Accreditation And The Accreditation Body a. American Association For Laboratory Accreditation (a2la) b. Ansi National Accreditation Board (anab) c. International Accreditation Service, Inc. (ias) d. National Voluntary Laboratory Accreditation Program (nvlap) e. Perry Johnson Laboratory Accreditation, Inc. (pjla) f. Canadian Association For Laboratory Accreditation Inc. (cala) g. Standards Council Of Canada (scc) 4.1 Review Documentation As Provided Under Dd 1423 Requirements. 4.2 Critical Manufacturing Processes ( ;applies; ) Heat Treat ( ; ; ) Welding ( ; ; ) Cadmium Plating ( ; ; ) Engineering Chrome Plating ( ; ; ) Nickel Chrome Plating ( ; ; ) Casting(s) ( ; ; ) Forging(s) ( ;applies; ) Mpr (material Processing Requirements) 4.3 The Test To Be Performed Under The First Article Approval Clause (far 52.209-3) Of The Contract Are Listed Below 4.3.1 Dimensional Test (special) ;close Tolerances. Hardness Test; 4.3.2 Requirements Of: ;lke Drawing Package; 4.3.3 Form ;applies; 4.3.4 Fit ;n/a; 4.3.5 Function ;n/a; 4.3.6 Compliance With Drawing ( ;80020; ) ;11-61369; , Revision ;v; And Specifications Referenced Therein. 4.4 In Addition To The Above Tests, The First Article(s) To Be Inspected Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With The Contract Requirements 4.5 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Inspection 4.6 The Contractor Shall Notify The Pco, Aco, And Qar Fourteen (14) Days Prior To Conducting The First Article Test So That The Government May Witness Such Testing. 4.6.1 The Qar Shall Be Present To Witness All First Article Testing. 4.6.2 The Following Additional Personnel Shall Witness The First Article Testing: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; 4.7 Disposition Of Fat Samples 4.7.1 ; ; Sample(s) May Be Destroyed During Testing. 4.7.2 ;applies; Unless Otherwise Provided For In The Contract, Sample(s) Shall Remain At The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval Of The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. 4.8 Test Sample Coating Instructions 4.8.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative If Required. 4.9 Notice To Government Of Testing At The Contractors Facility. 4.9.1 Far 52.209-3 Applies (a) The Contractor Shall Present ;one; ; Unit(s) Of The Following Cage( ;80020; ; ), Part Number ;11-61369-5; ; , Revision ;v; ; As Specified In This Contract. At Least Fourteen (14) Calendar Days Before The Beginning Of The First Article Testing, The contractor Shall Notify The Contracting Officer, In Writing, Of The Time And Location Of The Testing So That The Government May Witness The Tests. (b) The Contractor Shall Submit The First Article Test Report Within 15 Calendar Days From The Date Of Testing To: ;pco; ; the Contractor Shall Mark The Report "first Article Test Report" And Cite The Contract Number And Lot/item Number. Review Documentation As Provided Under The Dd1423 Requirements. (c) Within 45 Calendar Days After The Government Inspects The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The contractor. A Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request Shall Repeat Any Or All First Article Tests. After Each Request For Additional Tests, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First article Or Select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Then Conduct The Tests And Deliver Another report To The Government Under The Terms And Conditions And Within The Time Specified In Paragraph B Above. The Government Reserves The Right To Require An Equitable Adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Present Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract. (f) Unless Otherwise Provided In The Contract, And If The Approved First Article Is Not Consumed Or Destroyed In Testing, The Contractor May Deliver The Approved First Article As Part Of The Contract Quantity If It Meets All Contract Requirements For acceptance. (g) If The Government Does Not Act Within The Time Specified In Paragraph (c) Above The Contracting Officer, Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance Dates and/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Or, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocated To This Contract For 1) Progress Payments, Or 2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government. The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts, And Repair of The First Article During Any First Article Test. (i) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To The Effect With Each First Article. (j) The Test Report (2 Copies) Shall Be In Accordance With Mil-std-831, Unless Otherwise Specified On The Dd1423, And Shall Be Submitted Via The Cognizant Dcmc To Navsup, Attn: (cite Name And Code In Block 10.a Of The Sf33). The Dcmc Shall Provide Comments On form Dd1222 (2 Copies) Which Shall Be Forwarded With The Test Report. Approval Of The Test Report Is The Pco's Responsibility. Upon Notification Of Approval, Condition Approval, The Aco Shall Execute The Dd250 To Indicate Government Acceptance Of The Test report. 4.10 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, Navsup Wss Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The Government Or The original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run. additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And one That Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First article Approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _____________ Quantity:_______ After Date Of Contract:_________ 4.11 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (pco) Mandatory Inspection Is Required And Shall Be Accomplished At Source Under The Surveillance And Final Approval Of The Cognizant Dcmao Quality Assurance Representative (qar). during Production, Mandatory Inspection Is Required To Be Accomplished By The Contractor As Follows: A. Level Of Inspection (loi). 1. Critical Characteristics: 100% Inspection Shall Apply. 2. Major And Minor Characteristics: Loi Shall Be In Accordance With A Sampling Plan Acceptable To The Qar. B. Critical Characteristics: ;roy Janney Nawcadlke Qa / Tel: (732)-323-2834 e-mail: Roy.a.janney.civ@us.navy.mil; C. Major And Minor Characteristics 1. Shall Be Defined By The Contractor Subject To Qar Concurrence, Unless Defined On Applicable Drawings And Associated Specifications. 4.12 Special Inspection Requirements ( ;applies; ) Magnetic Particle Inspection ( ;applies; ) Surface Inspection ( ; ; ) Penetrant Inspection ( ; ; ) Radiographic Inspection ( ; ; ) Ultrsonic Inspection ( ; ; ) High Shock Test ( ; ; ) Mechanical Vibration Test 4.13 Final Inspection Requirement:due To The Critical Nature Of This Item, Representatives Of The Buying office/and The Cognizant Field Activity, Nawc Lakehurst, Shall Be Notified By The Successful Contractor At Least 14 Days Prior To Presentation To The Dcm Qar Of The Items For Final Inspection So That They May Have The Option Of witnessing The Final Inspection. The Contractor Shall Notify By Email Or telefax Pco And Nawc Lakehurst Qa ;roy Janney 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 Safety Item. For Drawing Updates, See Attached Nawc Lke Drawing Update Sheet. navsup Reference Only: (24-10049):procurement Tdr 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 & 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 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". (block 12) Date Of First Submission: Concurrently With Delivery Of Fat Items. data Requirements: a. Copies Of All Approved Requests For Variations. b. Surface Finish (of Bare Metal) Per Note 2 Of Drawing 11-61369. c. Dimensional Inspection Per Notes 4 And 15 Of Drawing 11-61369 And Per Field Of Drawing 11-61369. d. Material Properties And Testing Per Note 5 Of Drawing 11-61369. e. Heat Treatment Per Note 6 Of Drawing 11-61369. f. Hardness Testing Per Note 16 Of Drawing 11-61369. g. Identification Per Note 17 Of Drawing 11-61369. date Of First Submission=asreq 16. Remarks: (block 12) Date Of First Submission: Concurrently With Final Inspection. data Requirements: a. Copies Of All Approved Requests For Variations. b. Surface Finish (of Bare Metal) Per Note 2 Of Drawing 11-61369. c. Dimensional Inspection Per Notes 4 And 15 Of Drawing 11-61369 And Per Field Of Drawing 11-61369. d. Material Properties And Testing Per Note 5 Of Drawing 11-61369. e. Heat Treatment Per Note 6 Of Drawing 11-61369. f. Coating Per Note 7 Of Drawing 11-61369. g. Hardness Testing Per Note 16 Of Drawing 11-61369. h. Identification Per Note 17 Of Drawing 11-61369.
Closing Date10 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space: state:oregon city:roseburg delineated Area: north:kenneth Ford Dr south:se Ichabod St east:ne Pamona St west:loma Vista Dr gross Square Feet: 772 - 965 net Square Feet: 552 - 690 space Type: Retail gov Parking Spaces (total):2 full Term: 60 Months option Term: None address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388 email Address: Cenwsre-rfp@usace.army.mil real Estate Contracting Officer Thomas J. Seymour Will Be Signing The Lease For The Government. electronic Offer Submission: offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: February 14, 2025. any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice. the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement. additional Requirements: space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines. space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. retail Space Should Be On The Ground Floor. space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage. columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, There Must Be Elevator Access. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays). additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements: request For Lease Proposals exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit E – Construction Specifications Bid Proposal Worksheet exhibit F – Janitorial Specifications exhibit G – Sam Representations And Certifications, Gsa Form 3518 exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements. the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.) exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364 exhibit E – Construction Specifications Bid Proposal Worksheet for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required. exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission) exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217 exhibit K – Seismic Offer Forms (where Applicable) evidence Of Ownership (warranty Deed) Or Control Of Building Or Site. please Note That You Are Not Required To Initial And Return The Following Documents At This Time: request For Lease Proposal (rlp) exhibit B – U. S. Government Lease For Real Property exhibit C – General Clauses, Gsa Template 3517b exhibit D – Construction And Security Specifications exhibit F – Janitorial Specifications exhibit I – Certificate Of Authorization exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable) please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible. after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date15 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Department Of Public Works And Highways, Regional Office I, Through The Sr2024-2024-02-008831 Intends To Apply The Sum Of Php 1,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Contract Id No. 24csa022 (republished)-consultancy Services For The Traffic Study For The Preparation Of Feasibility Study Of Caba-naguilian-sablan Road. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Department Of Public Works And Highways, Regional Office I Office Now Calls For The Submission Of Eligibility Documents For Project: Consultancy Services For The Traffic Study For The Preparation Of Feasibility Study Of Caba-naguilian-sablan Road Location La Union Objectives: This Is To Prepare A Traffic Study For The Construction Of Caba-naguilan-sablan Road As Part Of The Full Feasibility Study Of The Project. This Will Serve As The Basis Of, Among Others, The Proposed Budget For Traffic Study Prospective Bidders Must Submit Their Eligibility Documents On Or Before 10:00 Am On December 20, 2024 At The Bids And Awards Committee Office, Dpwh Regional Office I, Aguila Road, Brgy. Sevilla, City Of San Fernando, La Union. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. The Terms Of Reference (tor), Request For Expression Of Interest (rei) And Eligibility Forms Are Now Available At Dpwh And Philgeps Websites. 3. Bidding Documents Are Now Available At The Dpwh And Philgeps Websites Until The Deadline For The Submission And Receipt Of Technical And Financial Proposals. 4. The Bac Shall Draw Up The Short List Of Eligible Bidders From Those Who Have Submitted Expressions Of Interest And Eligibility Documents And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act,” And Its 2016 Revised Implementing Rules And Regulations (irr). The Short List Shall Consist Of Three (3) Eligible Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: I Experience Of The Firm - 60 Pts. Ii Availability Of The Required Personnel Of The Firm - 10 Pts. Iii Workload - 30 Pts. Total 100 Pts. 5. A Short Listed Association Cannot Disassociate From Each Other; Otherwise, Its Members Should Be Rejected. Neither Can A Short Listed Firm Be Allowed To Associate With Any Other Firms. 6. Prospective Bidders Must Indicate The Amount Of Any Of The Consulting Services Listed Below For Projects Undertaken By The Firm (dpwh-consl-06(tpf2a)-2016: Technical Aspects: Experience On Completed Projects, Government And Private) And Of The Proposed Team Leader/project Manager (curriculum Vitae) On The Eligibility Screening Forms. 1. Feasibility Studies With Ped; 2. Pre-design Services Which Include But Are Not Limited To Reconnaissance, Topographical And Other Engineering And Land Surveys, Soil Investigations, Preparation Of Preliminary Architectural/engineering Designs, Layouts, Outline Specifications, Preliminary Cost Estimates And Specific Recommendations Prior To Actual Design [annex B Of 2016 Irr Of Ra 9184]; 3. Detailed Engineering Design (ded) 7. In Lieu Of The Class “a” Eligibility Documents Mentioned Under Section 8.5.2 Of This Irr, The Bidder Shall Only Submit A Valid And Updated Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr For Purposes Of Determining Eligibility. 8. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Persons/entities Forming Themselves Into A Joint Venture. Filipino Ownership Or Interest In The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). The Procurement And Employment Of Corporation(s) As Consultant(s) For This Project Is Not Allowed. 9. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation (qcbe) Procedure. The Technical And Financial Proposals Shall Have Weights Of Seventy Percent (70%) And Thirty Percent (30%), Respectively. Shortlisted Bidders Whose Technical Proposal Pass The Minimum Technical Score Of Eighty Points (80 Pts.) Shall Be Invited For The Opening Of Financial Proposal And Negotiation. The Criteria And Rating System For The Evaluation Of Bids Are Provided In The Instructions To Bidders. 10. The Contract Shall Be Completed Within Thirty Eight (38) Calendar Days. 11. Bidders Are Prohibited From Making Or Accepting Any Communication With Members Of The Bac, Its Staff And Personnel, Secretariat, Technical Working Group (twg) And/or Observers, Regarding Matters Connected To Their Bids From Submission And Receipt Of Bids Until The Approval By The Head Of The Procuring Entity (hope) Of The Ranking Of Bidders Per Section 33.1 Of 2016 Revised Irr Of R.a. 9184. However, The Bac, Through Its Secretariat, May Ask In Writing The Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. 12. The Department Of Public Works And Highways Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Dave D. Delizo Head, Procurement Staff Department Of Public Works And Highways Regional Office I Aguila Road, Brgy. Sevilla, City Of San Fernando, La Union Tel. No. (072) 242-9351 / (072) 607-2544 Gerry G. Jucar Chief, Construction Division Chairperson, Bids And Awards Committee (bac)
Closing Date14 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)

DEPT OF THE NAVY USA Tender

Environmental Service
United States
Details: **rfp Amendment 0006: Provides Revised Sf 30 To Reflect Amendment 0005. Rfp Amendment 0005: Provides Attachment J.b-1 Sub Line Item Numbers Slins Rev1 In Response To Ppi 08. Rfp Amendment 0004: Extends Response Date To 10 January 2025 13:00 Pacific Standard Time And Provide Sf30(s) Relating To Rfp Amendment 01-04 As Attachments. Rfp Amendment 0003: Extends Response Date To 03 January 2025 13:00 Pacific Standard Time. Rfp Amendment 0002: Provides Response To Ppi 07. Rfp Amendment 0001: Provide Responses To Ppi 01-06 And Provides Revision 1 Of The Pws As Attachments. Navfac Nw, In Support Of The Environmental Business Line (ev), Is Requesting Proposals From Potential And Eligible Contractors To Provide Navy Installations And Navy Sites Primarily Within The Greater Puget Sound Area Environmental Services To Include, But Not Limited To The Following:? laboratory Testing? field Sampling, Testing, Surveys, And Investigations? shipping (containers And Coolers)? development/modification Of Sampling And Analysis Plans (saps), Standard Operating Procedures (sops), Quality Assurance Plans (qaps), And Project Specific Documentation? procure And Manage Testing/sampling Equipment And Supplies? drinking Water Testing? wastewater Testing? storm Water Testing? asbestos And Lead Facility Inspections? air Emission Testing? insulating Oil Testing? soil Testing Technical Work Description - Typical Work For This Contract Will Be:? laboratory Testing. Provide Testing Supplies (containers, Coolers, Blue Ice, Packing Materials, Preservative, Etc.) And Services To Analyze Environmental And Other Samples, Including But Not Limited To, The Following Regulatory Programs: Drinking Water, Wastewater, Stormwater, Groundwater, National Pollutant Discharge Elimination System, Industrial Wastewater, Hazardous/solid Waste, Air Testing, Cercla (remedial ? field Sampling And Field Testing. The Contractor Shall Furnish All Labor, Supervision, Materials, Supplies, Travel, Consumables, And Equipment To Conduct Field Sampling And Testing Service Calls. Perform Sampling In Accordance With Relevant Federal, State And Local Regulations, Sampling And Analysis Plan(s), And Customer Guidance. Samples May Be Collected By The Navy And Delivered To A Laboratory Or The Contractor May Be Tasked With Sample Collection.? database Development Support. Develop, Design, And/or Modify Databases, In Ms Access, Or Other Database/programming Language, For Navfac Northwest And Their Customers To Facilitate The Import Of Laboratory Data, To Permit The Analysis, Query And Reporting Of That Data (including Temporal Queries), And To Provide Export Of That Data Into Multiple Formats.? develop/modification Of Sampling And Analysis Plans. Develop Sampling And Analysis Plans (saps) And/or A Standard Operating Procedure (sop) That Covers All Aspects Of The Field Sampling Activities.? procure Equipment And Supplies. Procure Equipment And Supplies Associated With Field Sampling As Specified By The Government. For Example, Equipment May Include Automatic Storm Water Samplers.? air Emission Source Testing. Air Emission Monitoring And Testing Performed In Accordance With Requirements Set Forth By Federal, State, And Local Rules And Permits. Testing And Monitoring May Be Performed For The Following Sources, But Not Limited To: Boilers, Generators, Storage Tanks, Fugitive Emissions From Building Enclosures, Electroplating/anodizing Tanks, Blast Booths, Paint Booths, And Powder Coating Booths. ? project-specific Documentation. Develop And Provide Documentation Related To A Sampling And/or Laboratory Service Such As: Security Access Requirements, Schedules, Project Plans, Quality Control Plans, Data Validation, Operations/maintenance Manuals, Final Or Interim Project Reports, Health And Safety Plans, Underground Storage Tank Closure Documentation, And Well Closure Documentation.geographic Location: The Geographic Location Of Your Company?s Primary Office Must Be Within A Three-hour (one-way) Ground Travel Distance From Naval Base Kitsap Bangor. This Criterion Is To Facilitate Efficient On-site Presence To Naval Facilities In The Greater Puget Sound Area To Conduct Activities Such As Sample Collection, Sample Pick-up, Equipment Delivery/pick-up, And On-site Meetings. The Laboratory, If A Separate Entity From The Primary Contractor, Does Not Need To Be In The 3-hour Distance But Does Need To Be Located In Washington Due To Certification Requirements.the Majority Of The Work For This Planned Solicitation Will Be Performed In The Greater Pacific Northwest Area To Include The Facilities Listed Below:? Naval Base Kitsap, Bremerton, Wa? Naval Base Kitsap, Keyport, Wa? Naval Base Kitsap, Bangor, Wa? Naval Station Everett, Wa? Naval Air Station Whidbey Island, Wa? Naval Magazine Indian Island, Wa ? Naval Radio Station Jim Creek, Wa? Naval Base Kitsap Manchester? Naval Base Kitsap Jackson Parkit Is Anticipated That The Preponderance Of Work Under This Solicitation Will Be Performed In The Greater Pacific Northwest Area, However; Project May Occur At Other Facilities Manage By Navy Region Northwest (nrnw) Throughout Washington, Oregon, Alaska, Idaho, Montana, Wyoming, North Dakota, South Dakota, Nebraska, Minnesota, And Iowa. All Work Required Herein Shall Be Performed In Accordance With All Applicable Federal, State, And Local Laws And Regulations.please See Attached Rfp For Further Details.
Closing Date10 Jan 2025
Tender AmountRefer Documents 

Department Of Education Tender

Other Consultancy Services...+2Education And Training Services, Consultancy Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Expressions Of Interest (consulting Services – Firms Selection) 2024-pms3(015)-bi-cqs-063 Philppin Es Teacher Effectiveness And Competencies Enhancement Project (teacep) Loan No./credit No./ Grant No.: 9481-ph Assignment Title: Consultancy Services To Conduct Independent Verification Reference No. Teacep-cs-1-cqs The Department Of Education (deped) Has Received Financing From The World Bank Toward The Cost Of The Teacher Effectiveness And Competencies Enhancement Project (teacep) And Intends To Apply Part Of The Proceeds For Consulting Services. The Consulting Services (“the Services”) Include Four-year Contract For The Consultancy Services To Conduct Independent Verification Of Teacep. The Consultancy Service Will Assist The Deped In Verifying, Validating, And Confirming The Accomplishment Of The Project Implementation Under The Performance-based Condition Of Component 1. This Will Be Achieved By Establishing A Verification Strategy In Accordance With The Verification Protocol And The Project Appraisal Document (pad), Validating And Reporting On Actual Pbc Progress And Results, And Maintaining Documentary Evidence And Records Of All Verification Activities, Including Datasets Generated From Sample Surveys. The Detailed Terms Of Reference (tor) For The Assignment Are Attached To This Request For Expressions Of Interest. The Deped Now Invites Eligible Consulting Firms (“consultants”) To Indicate Their Interest In Providing The Services. Interested Consultants Should Provide Information Demonstrating That They Have The Required Qualifications And Relevant Experience To Perform The Services. The Shortlisting Criteria Are: Qualifications Means Of Verification (mov) Applicable Experience A. At Least 10 Years Of Experience Similar Scope To Demonstrate Experience Of Independent Verification Of Government Agencies Or Large Private Sector Firms Handling Projects With Ipf With Pbcs And/or Modality Sec Registration Indicating The Year Of Registration And/or Other Relevant Documents B. Handled At Least 1 Contract/ Project Related To Verification Of Training Programs In The Records Of Previous Engagements Or Certificate Of Completion Since Cy 2021 Last Five Years The Attention Of Interested Consultants Is Drawn To Section Iii, Paragraphs, 3.14, 3.16, And 3.17 Of The World Bank’s “procurement Regulations For Ipf Borrowers”, Dated November 2020) (“procurement Regulations”), Setting Forth The World Bank’s Policy On Conflict Of Interest. In Addition, Please Refer To The Following Specific Information On Conflict Of Interest Related To This Assignment: Consultants Shall Not Be Hired For Any Assignment That Would Be In Conflict With Their Prior Or Current Obligations To Other Clients, Or That May Place Them In A Position Of Being Unable To Carry Out The Assignment In The Best Interests Of The Borrower. Without Limitation On The Generality Of The Foregoing, Consultants Shall Not Be Hired Under The Circumstances Set Forth Below: A. A Firm That Has Been Engaged By The Borrower To Provide Goods, Works, Or Non- Consulting Services For A Project (or An Affiliate That Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Firm), Shall Be Disqualified From Providing Consulting Services Resulting From, Or Directly Related To, Those Goods, Works, Or Non-consulting Services. This Provision Does Not Apply To The Various Firms (consultants, Contractors, Or Suppliers), Which Together Are Performing The Contractor’s Obligations Under A Turnkey Or Design And Build Contract; B. A Firm That Has Been Engaged By The Borrower To Provide Consulting Services For The Preparation Or Implementation Of A Project (or An Affiliate That Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Consulting Firm), Shall Be Disqualified From Subsequently Providing Goods, Works, Or Non-consulting Services Resulting From, Or Directly Related To Those Consulting Services. This Provision Does Not Apply To The Various Firms (consultants, Contractors, Or Suppliers), Which Together Are Performing The Contractor’s Obligations Under A Turnkey Or Design And Build Contract; C. Neither A Consultant (including Personnel And Sub-consultants), Nor An Affiliate (that Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Consultant), Shall Be Hired For Any Assignment That, By Its Nature, Creates A Conflict Of Interest With Another Assignment Of The Consultant; D. Consultants (including Their Experts And Other Personnel, And Sub-consultants), That Have A Close Business Or Family Relationship With A Professional Staff Of The Borrower, Or Of The Project Implementing Agency, Or Of A Recipient Of A Part Of The Bank’s Financing, Or Any Other Party Representing Or Acting On Behalf Of The Borrower, That Is Directly Or Indirectly Involved In Any Part Of: I. The Preparation Of The Tor For The Assignment; Ii. The Selection Process For The Contract; Or Iii. The Supervision Of The Contract, May Not Be Awarded A Contract, Unless The Conflict Stemming From This Relationship Has Been Resolved In A Manner Acceptable To The Bank Throughout The Selection Process And The Execution Of The Contract. Consultants May Associate With Other Firms To Enhance Their Qualifications, But Should Indicate Clearly Whether The Association Is In The Form Of A Joint Venture And/or A Sub- Consultancy. In The Case Of A Joint Venture, All The Partners In The Joint Venture Shall Be Jointly And Severally Liable For The Entire Contract, If Selected. A Consultant Will Be Selected In Accordance With The Consultant Qualification Selection (cqs) Method Set Out In The Procurement Regulations. Further Information Can Be Obtained At The Address Below During Office Hours 0900 To 1700 Hours. Expressions Of Interest Must Be Delivered In A Written Form To The Address Below (in Person, Or By Mail, Or By Fax, Or By E-mail) By January 08, 2025. Bids And Awards Committee I Attn: Assistant Secretary Malcolm S. Garma C/o Procurement Management Service-bac Secretariat Division Rm. M-512, 5th Floor, Mabini Bldg., Deped Central Office Complex, Meralco Avenue, Pasig City, Philippines, 1600 Tel: 8633-9432 Or 8636-6542 E-mail: Depedcentral.bacsecretariat@deped.gov.ph
Closing Date8 Jan 2025
Tender AmountRefer Documents 

Department Of Education Tender

Education And Training Services
Corrigendum : Closing Date Modified
Philippines
Details: Description Request For Expressions Of Interest (consulting Services – Firms Selection) Project Number: 2024-pms3(016)-bi-cqs-062 Philppines Teacher Effectiveness And Competencies Enhancement Project (teacep) Loan No./credit No./ Grant No.: Ibrd-94810 Assignment Title: Consultancy Services For The Impact Evaluation Reference No. Teacep-cs-3-cqs The Department Of Education (deped) Has Received Financing From The World Bank Toward The Cost Of The Teacher Effectiveness And Competencies Enhancement Project (teacep) And Intends To Apply Part Of The Proceeds For Consulting Services. To Measure The Success Of The Teacep Program, An Independent Consultancy Firm Will Be Hired To Conduct A Thorough Impact Evaluation. This Evaluation Will Involve Designing A Research Plan, Collecting Data Through Surveys, Tests, And Administrative Records, Analyzing The Data To Isolate The Program's Impact, And Finally Reporting The Findings With Recommendations For Future Teacher Training Programs In The Philippines. The Detailed Terms Of Reference (tor) For The Assignment Are Attached To This Request For Expressions Of Interest. The Deped Now Invites Eligible Consulting Firms (“consultants”) To Indicate Their Interest In Providing The Services. Interested Consultants Should Provide Information Demonstrating That They Have The Required Qualifications And Relevant Experience To Perform The Services. The Shortlisting Criteria Are: Qualifications Means Of Verification (mov) Applicable Experience A. At Least 10 Years Of Experience Similar Scope To Demonstrate Experience Of Impact Evaluation Of Programs/projects Under Government Agencies Or Large Private Sector Sec Registration Indicating The Year Of Registration And/or Other Relevant Documents Records Of Previous Engagements B. Handled At Least 1 Contract/ Project Related To Impact Evaluation In The Last Three Years Records Of Previous Engagements Or Certificate Of Completion Since Cy 2021 The Ie’s Team Shall At Least Comprise Of The Following Key Experts (or An Equivalent Staffing Configuration): A. Key Experts I. (1) Impact Evaluation Specialist (team Leader) Ii. (1) Data Analyst Iii. (3) Research Analyst B. Non-key Expert Iv. (1) Administrative Assistant Company Profile, Cvs Of Expert And Non-expert Personnel, And Organizational Structure The Attention Of Interested Consultants Is Drawn To Section Iii, Paragraphs, 3.14, 3.16, And 3.17 Of The World Bank’s “procurement Regulations For Ipf Borrowers”, Dated November 2020) (“procurement Regulations”), Setting Forth The World Bank’s Policy On Conflict Of Interest. In Addition, Please Refer To The Following Specific Information On Conflict Of Interest Related To This Assignment: Consultants Shall Not Be Hired For Any Assignment That Would Be In Conflict With Their Prior Or Current Obligations To Other Clients, Or That May Place Them In A Position Of Being Unable To Carry Out The Assignment In The Best Interests Of The Borrower. Without Limitation On The Generality Of The Foregoing, Consultants Shall Not Be Hired Under The Circumstances Set Forth Below: A. A Firm That Has Been Engaged By The Borrower To Provide Goods, Works, Or Non-consulting Services For A Project (or An Affiliate That Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Firm), Shall Be Disqualified From Providing Consulting Services Resulting From, Or Directly Related To, Those Goods, Works, Or Non-consulting Services. This Provision Does Not Apply To The Various Firms (consultants, Contractors, Or Suppliers), Which Together Are Performing The Contractor’s Obligations Under A Turnkey Or Design And Build Contract; B. A Firm That Has Been Engaged By The Borrower To Provide Consulting Services For The Preparation Or Implementation Of A Project (or An Affiliate That Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Consulting Firm), Shall Be Disqualified From Subsequently Providing Goods, Works, Or Non-consulting Services Resulting From, Or Directly Related To Those Consulting Services. This Provision Does Not Apply To The Various Firms (consultants, Contractors, Or Suppliers), Which Together Are Performing The Contractor’s Obligations Under A Turnkey Or Design And Build Contract; C. Neither A Consultant (including Personnel And Sub-consultants), Nor An Affiliate (that Directly Or Indirectly Controls, Is Controlled By, Or Is Under Common Control With That Consultant), Shall Be Hired For Any Assignment That, By Its Nature, Creates A Conflict Of Interest With Another Assignment Of The Consultant; D. Consultants (including Their Experts And Other Personnel, And Sub-consultants), That Have A Close Business Or Family Relationship With A Professional Staff Of The Borrower, Or Of The Project Implementing Agency, Or Of A Recipient Of A Part Of The Bank’s Financing, Or Any Other Party Representing Or Acting On Behalf Of The Borrower, That Is Directly Or Indirectly Involved In Any Part Of: I. The Preparation Of The Tor For The Assignment; Ii. The Selection Process For The Contract; Or Iii. The Supervision Of The Contract, May Not Be Awarded A Contract, Unless The Conflict Stemming From This Relationship Has Been Resolved In A Manner Acceptable To The Bank Throughout The Selection Process And The Execution Of The Contract. Consultants May Associate With Other Firms To Enhance Their Qualifications, But Should Indicate Clearly Whether The Association Is In The Form Of A Joint Venture And/or A Sub-consultancy. In The Case Of A Joint Venture, All The Partners In The Joint Venture Shall Be Jointly And Severally Liable For The Entire Contract, If Selected. A Consultant Will Be Selected In Accordance With The Consultant Qualification Selection (cqs) Method Set Out In The Procurement Regulations. Further Information Can Be Obtained At The Address Below During Office Hours 0900 To 1700 Hours. Expressions Of Interest Must Be Delivered In A Written Form To The Address Below (in Person, Or By Mail, Or By Fax, Or By E-mail) By January 8, 2024. Bids And Awards Committee I Attn: Assistant Secretary Malcolm S. Garma C/o Procurement Management Service-bac Secretariat Division Rm. M-512, 5th Floor, Mabini Bldg., Deped Central Office Complex, Meralco Avenue, Pasig City, Philippines, 1600 Tel: 8633-9432 Or 8636-6542 E-mail: Depedcentral.bacsecretariat@deped.gov.ph
Closing Date3 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description 1. The Department Of Public Works And Highways, Regional Office I, Through The Sr2024-2024-02-008831 Intends To Apply The Sum Of Php 1,000,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Contract Id No. 24csa022-consultancy Services For The Traffic Study For The Preparation Of Feasibility Study Of Caba-naguilian-sablan Road. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The Department Of Public Works And Highways, Regional Office I Office Now Calls For The Submission Of Eligibility Documents For Project: Consultancy Services For The Traffic Study For The Preparation Of Feasibility Study Of Caba-naguilian-sablan Road Location La Union Objectives: This Is To Prepare A Traffic Study For The Construction Of Caba-naguilan-sablan Road As Part Of The Full Feasibility Study Of The Project. This Will Serve As The Basis Of, Among Others, The Proposed Budget For Traffic Study Prospective Bidders Must Submit Their Eligibility Documents On Or Before 10:00 Am On December 12, 2024 At The Bids And Awards Committee Office, Dpwh Regional Office I, Aguila Road, Brgy. Sevilla, City Of San Fernando, La Union. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. The Terms Of Reference (tor), Request For Expression Of Interest (rei) And Eligibility Forms Are Now Available At Dpwh And Philgeps Websites. 3. Bidding Documents Are Now Available At The Dpwh And Philgeps Websites Until The Deadline For The Submission And Receipt Of Technical And Financial Proposals. 4. The Bac Shall Draw Up The Short List Of Eligible Bidders From Those Who Have Submitted Expressions Of Interest And Eligibility Documents And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act (ra) No. 9184, Otherwise Known As The “government Procurement Reform Act,” And Its 2016 Revised Implementing Rules And Regulations (irr). The Short List Shall Consist Of Three (3) Eligible Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: I Experience Of The Firm - 60 Pts. Ii Availability Of The Required Personnel Of The Firm - 10 Pts. Iii Workload - 30 Pts. Total 100 Pts. 5. A Short Listed Association Cannot Disassociate From Each Other; Otherwise, Its Members Should Be Rejected. Neither Can A Short Listed Firm Be Allowed To Associate With Any Other Firms. 6. Prospective Bidders Must Indicate The Amount Of Any Of The Consulting Services Listed Below For Projects Undertaken By The Firm (dpwh-consl-06(tpf2a)-2016: Technical Aspects: Experience On Completed Projects, Government And Private) And Of The Proposed Team Leader/project Manager (curriculum Vitae) On The Eligibility Screening Forms. 1. Feasibility Studies With Ped; 2. Pre-design Services Which Include But Are Not Limited To Reconnaissance, Topographical And Other Engineering And Land Surveys, Soil Investigations, Preparation Of Preliminary Architectural/engineering Designs, Layouts, Outline Specifications, Preliminary Cost Estimates And Specific Recommendations Prior To Actual Design [annex B Of 2016 Irr Of Ra 9184]; 3. Detailed Engineering Design (ded) 7. In Lieu Of The Class “a” Eligibility Documents Mentioned Under Section 8.5.2 Of This Irr, The Bidder Shall Only Submit A Valid And Updated Philgeps Certificate Of Registration And Membership In Accordance With Section 8.5.2 Of This Irr For Purposes Of Determining Eligibility. 8. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Persons/entities Forming Themselves Into A Joint Venture. Filipino Ownership Or Interest In The Joint Venture Concerned Shall Be At Least Sixty Percent (60%). The Procurement And Employment Of Corporation(s) As Consultant(s) For This Project Is Not Allowed. 9. The Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation (qcbe) Procedure. The Technical And Financial Proposals Shall Have Weights Of Seventy Percent (70%) And Thirty Percent (30%), Respectively. Shortlisted Bidders Whose Technical Proposal Pass The Minimum Technical Score Of Eighty Points (80 Pts.) Shall Be Invited For The Opening Of Financial Proposal And Negotiation. The Criteria And Rating System For The Evaluation Of Bids Are Provided In The Instructions To Bidders. 10. The Contract Shall Be Completed Within Thirty Eight (38) Calendar Days. 11. Bidders Are Prohibited From Making Or Accepting Any Communication With Members Of The Bac, Its Staff And Personnel, Secretariat, Technical Working Group (twg) And/or Observers, Regarding Matters Connected To Their Bids From Submission And Receipt Of Bids Until The Approval By The Head Of The Procuring Entity (hope) Of The Ranking Of Bidders Per Section 33.1 Of 2016 Revised Irr Of R.a. 9184. However, The Bac, Through Its Secretariat, May Ask In Writing The Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. 12. The Department Of Public Works And Highways Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Dave D. Delizo Head, Procurement Staff Department Of Public Works And Highways Regional Office I Aguila Road, Brgy. Sevilla, City Of San Fernando, La Union Tel. No. (072) 242-9351 / (072) 607-2544 Gerry G. Jucar Chief, Construction Division Chairperson, Bids And Awards Committee (bac)
Closing Date2 Jan 2025
Tender AmountPHP 1 Million (USD 17.2 K)

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Details: Notice Of Intent To Noncompetitively Acquire An Inverse Gas Chromatography Instrument For 2d Films And Particulates. this Notice Is Not A Request For A Quotation. A Solicitation Document Will Not Be Issued, And Quotations Will Not Be Requested. this Acquisition Is Being Conducted Under The Authority Of Far 13.106-1(b). The North American Industry Classification System (naics) Code For This Acquisition Is 334516– Analytical Laboratory Instrument Manufacturing A Small Business Size Standard Of 1,000 Employees. the National Institute Of Standards And Technology (nist) Infrastructure And Materials Group Within The Engineering Laboratory In Gaithersburg, Maryland Is Seeking An Inverse Gas Chromatography Instrument To Study Work Of Adhesion Through Dispersive And Specific Surface Energy Measurements Of Advanced Packaging Components. These Parameters Will Be Studied Under Variable Temperature And Relative Humidity Throughout The Aging Process To Study Long-term Reliability Of Materials Used In Advanced Packaging Of Semiconductor Chips. This Work Is In Support Of The Chips Metrology Program (grand Challenge 3: Enabling Metrology For Integrating Components In Advanced Packaging). the Chips Metrology Program Develops And Advances Cutting Edge Metrology Capabilities For Members Of The Us Semiconductor Manufacturing Ecosystem. This Nist Conducted Research Program Works With Device Manufacturers, Tool Vendors, Materials Suppliers, And Other Organizations To Address Critical Metrology Gaps To Spur Innovation Within Seven Grand Challenge Areas. For More Information On Chips Metrology, Please Visit Https://www.nist.gov/chips/research-development-programs/metrology-program. in Support Of The Chips Metrology Program, Reliability Testing And Modeling Of Polymeric Components In Advanced Packaging For Semiconductors Will Be Studied And Developed. These Materials Will Include Underfill Epoxies, Thermal Interface Materials, And Redistribution Layer Components. Extensive Material Property Characterization Of These Components And Their Interfacial Properties During Environmental Exposure (e.g., Temperature, Humidity, Thermal Cycling) Will Be Completed For Accurate Reliability Modeling Development. Inverse Gas Chromatography Will Be Used To Measure Shifts In Work Of Adhesion Throughout The Aging Process As Part Of This Work. The Work Of Adhesion Of Films (and Particulates As Needed) Will Be Measured On Samples Throughout The Aging Process. These Properties Will Also Be Measured In Samples Under Variable Temperature And Relative Humidity To Investigate The Effects Of These Environmental Factors On Work Of Adhesion Throughout The Aging Process. the Contractor Shall Provide Inverse Gas Chromatography System That Meets All Technical Specifications And Performance Specifications Identified Below: flame Ionization Detector For Organic Solvent Analysis thermal Conductivity Detector Or Comparable Detector For Competitive Binding Analysis Of Inorganic Gas Molecules Including Oxygen And Carbon Dioxide probe Vapor Injection System instrument Must Be Calibrated For A Standard Series Of Gas Analyte Probes Along With Several Polar Probes. injection Type Options Should Allow For Both Targeted Surface Coverage As Well As Target Moles Injected. the Instrument Should Be Capable Of Conducting Measurements With Controlled Levels Of Surface Coverage Of The Analyte Probe. The Instrument Should Also Be Able To Provide User-specified Variable Coverage To Measure The Effect Of Surface Heterogeneity On Surface Energy And Other Related Material Properties. column Oven temperature Up To At Least 150 °c accommodates Columns Of Varying Inner Diameter (2-10 Mm Inner Diameter). includes Column Holder 2d Film Cell Holder accommodates Thin Films Ranging In Thickness From 102 Nm (supported On A Substrate) To 10 Mm data Station control And Analysis Software pulse Analysis isotherm Analysis dead-time Correction surface Energy Analysis To Include Both Dispersive And Specific Energy Components surface Heterogeneity Mapping To Include Both Heterogeneity Profiling And Distribution acid-base Free Energy Of Desorption Analysis calculation Of Enthalpy Of Specific Free Energy work Of Adhesion Calculation cross-linking Analysis method Data Storage And Display (including Solvents Used) humidity Control (0 % Up To At Least 80 % Relative Humidity) nist Conducted Market Research In November 2024 To January 2025 To Determine What Sources Could Potentially Meet Nist’s Minimum Requirements. This Included Searches On Gsa; Sam; Thomas Register; Surveying Vendor Websites; Speaking With Subject Matter Experts Inside And Outside Of Nist; And Issuance Of A Sources Sought Notice On Sam.gov. Market Research Identified A Few Manufacturers That Produce Gas Chromatography Systems, But Only One With The Ability To Measure Solid Samples. The Results Of Market Research Revealed That Only Surface Measurement Systems Ltd North Amercia (uei: Yt1ngjbght23) Appears To Be Capable Of Meeting Nist’s Requirements. however, Any Sources That Believe They Are Capable Of Meeting Nist’s Minimum Requirements Are Encouraged To Respond To This Notice By The Response Date To Provide The Following Information At A Minimum: Company Unique Entity Identifier (uei) Number In Https://sam.gov; Details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements; Whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization; And Any Other Information That Can Help Nist Determine Whether This Requirement May Be Competitively Satisfied. a Determination By The Government Not To Compete The Proposed Acquisition Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Only Responses Received By The Offers Due Date And Time Of This Notice Will Be Considered By The Government. Responses Shall Be Submitted Via Email To Nina.lin@nist.gov.
Closing Date11 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Education And Training Services
Corrigendum : Closing Date Modified
United States
Details: Sources Sought-request For Information background: the Department Of The Air Force, Air Education And Training Command (aetc) Air Force Security Assistance Training Squadron (afsat) Is Conducting Market Research To Determine Whether Capable Sources Are Available To Perform Non-personal Training Services In Support Of Foreign Military Sales (fms) A-29 Super Tucano Training. There Are Three Requests For Information Pertinent To This Rfi: (a) The First Part Is A Sources Sought For Vendor Noncommercial Training Services Support For Fms A-29 Which Includes Management, Courseware Development And Delivery Of Courseware (with Government Purpose Rights) For A-29 Aircrew Training, Maintenance Crew Training, And Any Specialized Training On The A-29 Aircraft Systems To Include Weapon Systems, Support Equipment, And Software. The Associated Noncommercial Services Training Support Is Anticipated To Be Required By The Usg Allies And Other Partner Nations. The Place Of Performance Is Undetermined, And May Be Inside And Outside Of The Continental United States (conus And Oconus). The Requirement Is Projected As An Initial Ordering Base Period Of One Year With Four Option Years With A Period Of Performance To Start On Or About September 2025. (b) The Second Is A Sources Sought To (1) Identify If There Is Any Commercially Available Training For The A-29 Iaw Current Federal Aviation Administration (faa) Approved Guidelines For Civil Aircraft; And (2) Commercially Available Training As Described In Far Part 12. (c) The Third Part Is A Sources Sought For The Potentially Capable Source To (1) Identify The Vendor’s Place Of Incorporation; As Well As (2) To Identify Training Locations (especially If Commercially Available Training As Identified In Paragraph B Above). this Sources Sought Notice/request For Information (rfi) Is For Market Research And Planning Purposes Only. The Information Obtained In Response To This Rfi Will Be Used To Help Identify Qualified, Experienced, Interested Potential Sources, And Attain A Better Understanding Of The A-29 Training Location Footprint. This Is Not A Request For Proposal (rfp). It Is Not To Be Construed As A Formal Solicitation Or As An Obligation On The Part Of The Government To Acquire Any Products Or Services. The Information Requested By This Rfi Is For Market Research Only And Will Be Used By The Air Force Multi-functional Team (mft) To Assist Planning. Any Information Provided To The Government Is Strictly Voluntary And Is Provided At No Cost To The Government. The Government Will Not Reimburse Vendors For Any Capability Package Preparation Nor Briefing Costs. For Purposes Of This Rfi, The North American Industry Classification System (naics) Code Is 611512 – Flight Training, Small Business Size Standard Is $34m. note: The Usg Is Specifically Requesting Information By Vendors Regarding Their Capability To Perform Training On The A-29 Aircraft. The Government Reserves The Right To Determine The Acquisition Approach, To Include Sole Source, A Small Business Set-aside Or Whether A Small Business Socio Economic Approach Authorized By Statute Would Be More Appropriate Based On Responses To This Notice. The Government Also Reserves The Right To Issue A Solicitation To Any Country Requested Specific Source For A-29 Training, As An International Agreement For Competitive Restriction (iacr), Pursuant To 10 U.s.c. 3204(e)(4)(e). Additional Information Or Updates Regarding This A-29 Training Support Services Requirement Will Be Posted On The General Services Administration System For Award Management (sam.gov) Https://sam.gov/content/home Website. Interested Parties Are Encouraged To Check This Website Regularly For Any Changes Or Updates. Interested Parties Capable Of Providing Any Of The Training Support Services Sought Are Instructed To Add Their Information To The Interested List, Add This Notice To Their Following List, And Submit A Capability Statement In Response To This Rfi: Fms A-29 Training Sources Sought Notice. description: the Service Provider Shall Be Required To Provide A-29 Aircrew Training Management; Develop And Deliver With Government Purpose Rights A-29 Courseware Necessary For Training Usg, Usg Allies, And Partner Nation On A-29 Air Ground Support, And Maintenance Crews; Provide A-29 Pilot Flight And Maintenance Training And Provide Associated Logistical Support. A-29 Training Objectives Are To Train Usg, Usg Allies, And Partner Nation Air And Ground Support Crew On Initial, Conversion, And Possibly Mission Qualification On The Country-specific A-29 Configuration. Instruction For A-29 Aircrew Will Include Academic, Simulation, And Pilot Flight Training On The A-29. The Training May Include And Is Not Limited To A Combination Of Electronic Courseware, Classroom Academics, Aircrew Training Devices, And Pilot Flight Training As Described Below In The Following Paragraphs. the Service Provider Will Be Requested To Develop, Produce, And Deliver, With Government Purpose Rights, New A-29 Aircrew/maintenance Courseware And Aircrew/maintenance Materials Used For Instruction Of Usg And Allied/partner Nation A-29 Aircrews. Courseware Development Requires Access To Original Equipment Manufacturer (oem) Technical Data And/or/country Specific Technical Orders (cstos). Courseware Must Be Compatible With Oem Equipment. Changes In Technical Data May Drive Future Changes. (oconus) Country-provided Equipment, Infrastructure And Facilities Will Be Available Except Common Instructional Equipment Not Peculiar To A-29 Training. (conus) Other Than Country Specific Requirements, It Will Be Incumbent Upon The Contractor To Acquire The Information, Equipment, Property, And Services Required To Perform Training On The A-29. technical Orders (to) Deemed Necessary For Course Development May Be Delivered To The Usg And May Be Available As Government Furnished Information (gfi) At The Award Of A Task Order At A Future Date. If Your Company Has Any Relationships, Agreements Or Partnerships To Allow For Accessibility Of A-29 Tos Outside Of Government Furnished Information, Please Identify In Your Response. if Usg Courseware Is Available And Releasable It Will Be Provided To The Contractor. At This Time, None Has Been Identified. as An Air Force Training Organization, The Government's Courseware Requirement Is To Be Delivered Either As A Special Work For Hire, Or A Minimum Of Government Purpose Rights For Each Course. Industry Is Encouraged To Identify Any Alternative Approaches In A Capability Statement And Identify Any Underlying License(s) With An Approximate Cost Savings, Per Country, For The Approach. the United States Government Reserves The Right To Add Additional Training Courses As Required To Facilitate Usg And Allied/partner Nation Training On The A-29. Anticipated Courses/courseware, For Capability Statement, Include The Following: a. Pilot Initial Qualification Courses b. Pilot Mission Qualification Courses c. Aircrew Ground Training Courses d. Basic Maintenance Courses (avionics/electrical, Airframe & Powerplant, Egress/weapons, Supply Chain Management And Am2 Records Management Database) In Multiple Levels (e.g. Usaf 3-, 5-, 7-level) all Actual Pilot Flight Operations Must Meet The Requirements Of Defense Contract Management Agency (dcma) Instruction 8210.1c (afi 10-220). The Contractor Should Demonstrate That It Can Maintain Documentation Per Dcma Instruction 8210.1c For All Aircrew Instructors And Will Provide To The Usg Documentation Requested At Any Time During The Performance Of The Training Support Service. contractor Aircrew Instructors: Contractor Should Demonstrate That It Has The Ability To Acquire Instructor Pilots Who Are Previously Qualified Within Three Years Of Currency (last Pilot Flight). Qualified Instructors Shall Have Two Years Of Experience As Pilot Flight Instructors In Either A Military Or Civilian Capacity. Aircrew Academic And Simulator Instructors Must Be Fully Qualified Instructor Aircrew Who Have Been Qualified In A-29 Operations Within Four Years. Contractor Maintenance Instructors Shall Have At Least Two Years Of Experience As A-29 Instructors. Anticipated Instructor Requirements, To Be Addressed In Capabilities, Include And Are Not Limited To: a. A-29 Instructor Pilot (rated) b. A-29 Avionics Maintenance Instructor c. A-29 Airframe And Powerplant Maintenance Instructor d. A-29 Egress And Weapons Maintenance Instructor e. Supply Chain Management (avpro System) And Am2 Records Management Database Instructor f. A-29 Aircrew Ground Training Instructor interested Parties Capable Of Providing Any Of The Training Support Service Sought Should Submit A Capability Statement To Include Specific Technical Background Information Describing Their Organization's Experience And Expertise In Fms Aircrew Training Services Requiring Similar Management/courseware Development Pilot Flight Training/logistical Efforts. At A Minimum The Following Information Is Requested: oconus Training Will Be Incumbent Upon The Contractor To Secure Any Required Country Specific Approvals To Live And/or Work In The Partner Nation. conus All Infrastructure And Facilities For Conus Training Will Be Provided By The Offeror And Will Not Be Facilitated By Or Furnished By The Government. industry Survey Questions: general Survey Instructions: - Please Indicate When Citing Examples Of Past Performance Your Specific Companies’ Tasks In That Past Performance, The Contract Number, And Government Point Of Contact. - When Describing Possible Teaming/partnership Arrangements To Fulfill This Requirement Please Indicate If The Agreement Is Already In Place Or A Long-standing Relationship. - If Any Part Of Your Responses Is Currently Being Executed By Your Organization Commercially As Described In Far Part 12 Please Indicate As Such. (1) Company Name, Address, Point Of Contact, Telephone Number, E-mail Address, Commercial And Government Entity (cage) Code, Data Universal Numbering System (duns) Number, Sam Unique Entity Id, Place Of Incorporation And Training Locations (especially If Commercially Available Training); (2) Approximate Annual Gross Revenue; (3) Business Size (other Than Small Business Or Small Business). (4) If You Indicated Your Business Size As “small Business”, If Applicable, Specify Small Business Socioeconomic Program Status – [small Disadvantaged Business (sdb), 8(a)-certified Small Disadvantaged Business, Historically Underutilized Business Zone (hubzone) Small Business, Veteran-owned Small Business (vosb), Service-disabled Veteran-owned Small Business (sdvosb), Woman-owned Small Business (wosb)]; (5) Describe The Role Your Company Will Play In The Performance Of The A-29 Training Service Sought (prime Contractor, Subcontractor, Other: Please Explain); (6) If You Indicated Your Company’s Role As "prime Contractor" Please Provide Information Demonstrating The Capability To Mobilize And Manage Internationally, And Finance The Support Service Sought; (7) If You Indicated Your Company’s Role As "prime Contractor", Specify The Functions For Which You Plan To Use Subcontractors To Include Estimated Small Business Subcontracting Goals And Rationale. (8) If You Indicated Your Company’s Role As "subcontractor", Please Indicate Which Functional Areas You Intend To Cover; (9) Specify Whether Your Company Primarily Conducts Business In The Commercial Or Government Sector; (10) Provide Information On Any Commercial Or Government Sector Support Services Your Organization Has Performed That Are Similar To The Support Service Sought; (11) Identify Which Naics Code(s) Your Company Usually Performs; (12) Describe Your Company’s Expertise/experience In Maintaining Documentation Per Dcma Instruction 8210.1c For All Aircrew Instructors And How It Is Provided To The Usg; (13) Describe Your Company’s Capability To Provide Expertise In A-29 Courseware Development, Production And Ability To Deliver Such Courseware With Government Purpose Rights Or Describe An Alternative Approach Which Identifies Any Cost Savings Along With Any Required Underlying License(s). (indicate If Your Company Currently Has Any A-29 Courseware Available) (14) Provide A Plan To Develop A-29 Aircrew Training Academic Courseware. Note: Benchmark Timelines For Courseware Development Are Critically Important To Training Mobilization. (15) Describe Your Company’s Capability To Provide A-29 Pilot Flight Simulation Training, If Required, That Replicates A-29 Pilot Flight Characteristics And Capabilities Using Your Organization’s Training Device. (16) Provide A Plan To Recruit And Employ Trained And Qualified A-29 Variant Instructor Pilots. Employees Shall Be Within Three Years Of Currency (last Pilot Flight) To Qualify For Positions As A-29 Aircrew Pilot Flight Instructors, And Within Four Years Pilot Flight Currency For Academic And Simulator Instructors. [note: There May Be Restrictions On Mobilization Locations Of Instructors That Currently Hold An Armed Forces Commission And/or Under A Current Enlistment In Any Branch Of Service] (17) Provide A Plan To Recruit And Employ Trained And Qualified Support Personnel, To Include But Not Limited To, Schedulers, A-29 Brief/debrief System Operators, Drivers, Lesson Management System Administrators, Aircrew Records Management System Administrators. [note: There May Be Restrictions On Mobilization Locations Of Instructors That Currently Hold An Armed Forces Commission And/or Under A Current Enlistment In Any Branch Of Service] (18) Explain Your Organization’s Understanding Of Export Control Laws (third Party Transfer/technical Assistance Agreements), The Business Acumen, Etiquette, Culture, Practices Of Conducting Business Internationally. Elaborate On The Trade Regulations, Customs, Standards, Agreements, Labor Laws, Visa Requirements, Transportation, Lodging, Tariffs (value-added Tax) And other Unique Circumstances Affecting A Service Provider’s Ability To Perform The Support Services Sought In Internationally. (19) Describe Your Company’s Expertise/experience In Mobilizing Personnel To Foreign Nations For Short (2-4 Months), Moderate (4-8 Months), And Extended Periods (8-12 Months) Of Time With Minimal To No Assistance Of The Usg. (20) Provide Capability To Support An Undetermined Minimum Ordering Period And With Performance Starting September 2025 (21) Provide Recommended Type Of Contract And Rationale. (22) Provide The Minimum Period Of Performance Your Company Is Able To Support In The Event A Requirement Or Funding Is Limited, And Services Are Purchased For A Shorter Period Of Performance (for Example: The Contract Only Provides Funding For Six Months Of Service). (23) Provide Confirmation Whether Your Company Can Provide All Services Or Any Service. Provide Rationale For Capability To Provide All Required Services Or Capability To Provide Any Service Identified. (24) Provide A List Of Assumptions With Descriptions Regarding Your Company’s Submission. (25) Provide Information For Person(s) Participating In A Potential Virtual Industry Day. [note: Based Upon The Information Provided In This Sources Sought And Participation Of Industry Day The Government May Elect To Conduct A Site Visit To All, Few Or None Of The Information Offerors] (26) How Familiar Are You With The International Traffic In Arms Regulation (itar) Guidance/process? please Limit The Capability Statement To No More Than 26 Single-sided, Type-written Pages Using Font Size 12. Extravagant Formatting Is Not Required Nor Desired. Paragraph Numbering To Coincide With The Above Requested Information Is Preferred. any Questions Regarding This Posting Must Be Submitted Via Email As Soon As Possible But No Later Than Noon Cst On 25 Oct 2024 In Order To Allow Answers To Questions To Be Publicly Posted Before The Response Date. Questions Containing Proprietary Information Must Be Identified To Prevent Release To The Public Via Posting On The General Services Administration System For Award Management (sam.gov) Https://sam.gov/content/home Website. Please Do Not Call The Contracting Office For Information; Email Questions To Avoid Any Misunderstanding Or Confusion And Help Eliminate Duplicate Questions. the Primary Point Of Contacts For This Rfi Is Liliana Gonzales And Robert Newberry. Contact With Other Government Personnel Regarding This Rfi Is Not Permitted. If Your Organization Is Capable Of Providing The Training Support Service Described Above, Please Electronically Submit The Requested Information By The Specified Due Dates Via Email To: liliana Gonzales (liliana.gonzales.3@us.af.mil) robert Newberry (robert.newberry.7@us.af.mil) information Requested Due Dates And Timeline: industry Questions For Afsat Nlt: 25 Oct 2024 afsat Response To Questions Nlt: 13 Dec 2024 capability Statements: 06 Jan 2025 note: Any Changes To Due Dates And Timeline Will Be Updated If Applicable definitions: far 2.101: Commercial Product Means—(1) A Product, Other Than Real Property, That Is Of A Type Customarily Used By The General Public Or By Nongovernmental Entities For Purposes Other Than Governmental Purposes, And–(i) Has Been Sold, Leased, Or Licensed To The General Public; Or (ii) Has Been Offered For Sale, Lease, Or License To The General Public; (2) A Product That Evolved From A Product Described In Paragraph (1) Of This Definition Through Advances In Technology Or Performance And That Is Not Yet Available In The Commercial Marketplace, But Will Be Available In The Commercial Marketplace In Time To Satisfy The Delivery Requirements Under A Government Solicitation; (3) A Product That Would Satisfy A Criterion Expressed In Paragraph (1) Or (2) Of This Definition, Except For-(i) Modifications Of A Type Customarily Available In The Commercial Marketplace; Or (ii) Minor Modifications Of A Type Not Customarily Available In The Commercial Marketplace Made To Meet Federal Government Requirements. “minor Modifications” Means Modifications That Do Not Significantly Alter The Nongovernmental Function Or Essential Physical Characteristics Of An Item Or Component, Or Change The Purpose Of A Process. Factors To Be Considered In Determining Whether A Modification Is Minor Include The Value And Size Of The Modification And The Comparative Value And Size Of The Final Product. Dollar Values And Percentages May Be Used As Guideposts, But Are Not Conclusive Evidence That A Modification Is Minor; (4) Any Combination Of Products Meeting The Requirements Of Paragraph (1), (2), Or (3) Of This Definition That Are Of A Type Customarily Combined And Sold In Combination To The General Public; (5) A Product, Or Combination Of Products, Referred To In Paragraphs (1) Through (4) Of This Definition, Even Though The Product, Or Combination Of Products, Is Transferred Between Or Among Separate Divisions, Subsidiaries, Or Affiliates Of A Contractor; Or (6) A Nondevelopmental Item, If The Procuring Agency Determines The Product Was Developed Exclusively At Private Expense And Sold In Substantial Quantities, On A Competitive Basis, To Multiple State And Local Governments Or To Multiple Foreign Governments. far 2.101: Commercial Service Means—(1) Installation Services, Maintenance Services, Repair Services, Training Services, And Other Services If–(i) Such Services Are Procured For Support Of A Commercial Product As Defined In This Section, Regardless Of Whether Such Services Are Provided By The Same Source Or At The Same Time As The Commercial Product; And (ii) The Source Of Such Services Provides Similar Services Contemporaneously To The General Public Under Terms And Conditions Similar To Those Offered To The Federal Government; (2) Services Of A Type Offered And Sold Competitively In Substantial Quantities In The Commercial Marketplace Based On Established Catalog Or Market Prices For Specific Tasks Performed Or Specific Outcomes To Be Achieved And Under Standard Commercial Terms And Conditions. For Purposes Of These Services–(i) Catalog Price Means A Price Included In A Catalog, Price List, Schedule, Or Other Form That Is Regularly Maintained By The Manufacturer Or Vendor, Is Either Published Or Otherwise Available For Inspection By Customers, And States Prices At Which Sales Are Currently, Or Were Last, Made To A Significant Number Of Buyers Constituting The General Public; And (ii) Market Prices Means Current Prices That Are Established In The Course Of Ordinary Trade Between Buyers And Sellers Free To Bargain And That Can Be Substantiated Through Competition Or From Sources Independent Of The Offerors; Or (3) A Service Referred To In Paragraph (1) Or (2) Of This Definition, Even Though The Service Is Transferred Between Or Among Separate Divisions, Subsidiaries, Or Affiliates Of A Contractor.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others
United States
Details: General Statement: this Is A Combined Synopsis/solicitation For Commercial Items Issued By The Air Force Research Laboratory/pzleq, Wright-patterson Air Force Base, Ohio. This Announcement Constitutes The Only Solicitation Being Issued For The Requirement Described Herein. solicitation Information solicitation Number: Combo-afrl-pzleq-2025-0008 [x] Request For Quotation (rfq) [ ] Request For Proposal (rfp) [ ] Invitation For Bid (ifb) regulation Identification: this Solicitation And The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-01 Effective 30 Dec 2022. notice Of Small Business Set-aside: set-aside Type small Business naics Size Standard 334517 listing/description Of Items: clin #: 0001 description narda Fieldman Broadband Meter And Four (4) Probes. the Vendor Shall Provide Four (4) Narda Fieldman Logging Broadband Field Meters With Three (3) Each Of The Following Probes: 1) Efd0391, 2) Efd5091, 3) Hfd0361, And 4) Hfd0191. The Narda Fieldman Meter And Probes Shall Possess The Following Salient Characteristics: the Detector Shall Possess The Following Specifications: shall Have Isotropic Probes To Cover 100khz To 60ghz shall Have Large Graphical Display shall Have Back Lit Monochrome Lcd; Readable Even In Bright Daylight shall Have Intelligent Probe Interface With Automatic Probe Parameter Detection shall Include Fully Automatic Zeroing shall Have Extensive Memory For Logging Of Up To 5000 Results shall Have Gps Interface And Mountable Receiver For Positioning Data Documentation (optional) shall Include Graphical User Interface (gui) shall Have Simple-to-use 9 Button Keypad shall Have Hold Button Soft Key For Freezing Measurement Display During Readings shall Have User Defined Setups Can Be Saved For Repetitive Survey Needs shall Have Keypad That Can Be Locked To Guard Against Inadvertent Inputs shall Have User Selectable Auto-off Feature To Save Battery Life shall Include 5 Types Of Results That Can Be Displayed: Actual, Minimum, Maximum, Average, Maximum Average history Mode Shall Operate Continuously In The Background, Allowing Display Of Past Readings At Any Time, Up To 8 Hours shall Include Selectable Units: V/m, A/m, W/m², Mw/cm², And % Of Standard When Using Shaped Frequency Response Probes shall Include Stored Standards And Guidance In The Nbm Memory Allow Simultaneous Display Readings As % Of Standard If Frequency Is Known shall Include Data Memory For Up To 5000 Measurements shall Have Time Averaging: 4 Seconds To 30 Minutes, In 2-second Intervals shall Have Variable Alarm Threshold Setting shall Have Audible Indication Of Increasing Or Decreasing Field Strength shall Include Automatic Detection Of Probe Type And Calibration Information shall Be Fully Automatic And Variable Zero Adjustment Interval Times shall Include Additional Optical Input For Separating Probe From Meter shall Have Pc Connection Via Usb Or Optical Interface shall Have Trigger Input For Externally Initiating Readings To Be Taken shall Include Nbm-ts Software Enables Remote Controlled Measurements shall Be Able To Have Screenshots That Can Be Downloaded To Pc delivery Information: fob: [x] Destination [ ] Origin place Of Delivery: 711 Hpw/oml attn: Brandi Tschuor 2510 Fifth St., Bldg. 840 wright-patterson Afb, Oh 45433 requested Date Of Delivery: 30 Days Upon Receipt Of Order instructions To Offerors: the Provision At Far 52.212-1, Instructions To Offerors – Commercial (jun 2020), Applies To This Acquisition. addenda: N/a evaluation Of Offers: the Provision At Far 52.212-2, Evaluation -- Commercial Items (oct 2014), Will Be Used To Evaluate Quotes Received. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Quote Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. the Following Factors Shall Be Used To Evaluate Offers: (lowest Price Technically Acceptable Or Price Trade-off) Pick Which One Matches (1) Price (2) Technical Acceptability (a) In Order For This Quote To Be Considered “technically Acceptable” It Must Meet: (i) All Specification Requirements In The Sow offerors Shall Assume That The Government Has No Prior Knowledge Of Its Facilities, Capabilities, And Experience And Will Base The Evaluation Solely On The Information Presented In The Offeror’s Proposal. the Government Reserves The Right To Award All, Some, Or None, Of The Items Listed In This Solicitation. The Government Reserves The Right To Resolicit If Results Garner Only One Qualifying Quote, If It’s Determined To Be In The Best Interests Of The Government. offeror Representations And Certifications: offerors Must Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications -- Commercial Items (feb 2021), With Your Quote. if Offeror Has Completed Annual Representations And Certifications In System For Award Management (sam), Then Only Paragraph (b) Needs To Be Submitted With Quote. if Offeror Has Not Completed Annual Representations And Certifications In Sam Then Paragraphs (c-v) Need To Be Submitted. contract Terms & Conditions: the Clause At Far 52.212-4, Contract Terms And Conditions -- Commercial Items (oct 2018), Applies To This Acquisition. addenda: N/a required Terms & Conditions To Implement Statutes Or Orders: the Clause At Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (jan 2021), Applies To This Acquisition. the Following Clauses Are Incorporated Via Paragraph (b) And Considered Applicable To This Acquisition: far 52.219-6 notice Of Total Small Business Set Aside far 52.219-28 post Award Small Business Program Representation far 52.222-3 convict Labor far 52.222-19 child Labor-cooperation With Authorities And Remedies far 52.222-21 prohibition Of Segregated Facilities far 52.222-26 equal Opportunity far 52.222-50 combating Trafficking In Persons far 52.223-18 encouraging Contractor Policies To Ban Text Messaging While Driving far 52.225-1 buy American--supplies far 52.225-13 restrictions On Certain Foreign Purchases far 52.232-33 payment By Electronic Funds Transfer- System For Award Management additional Contract Requirements: (1) Offeror Shall Include All Warranty Requirements And Documentation With Quote. (2) Offerors Shall Identify How Long The Quote Is Valid. additional Provisions And Clauses Applicable To This Requirement: far 52.203-19 prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements provision far 52.204-7 system For Award Management clause far 52.204-13 system For Award Management Maintenance clause far 52.209-6 protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment clause far 52.232-39 unenforceability Of Unauthorized Obligations clause far 52.232-40 providing Accelerated Payments To Small Business Subcontractors clause far 52.246-16 responsibility For Supplies clause far 52.247-34 f.o.b. Destination provision far 52.252-1 solicitation Provisions Incorporated By Reference (fill-in Text) - Https://www.acquisition.gov/ clause far 52.252-2 contract Clauses Incorporated By Reference (fill-in Text) - Https://www.acquisition.gov/ clause dfars 252.203-7000 requirements Relating To Compensation Of Former Dod Officials clause dfars 252.203-7002 requirement To Inform Employees Of Whistleblower Rights provision dfars 252.203-7005 representation Relating To Compensation Of Former Dod Officials clause dfars 252.204-7003 control Of Government Personnel Work Product provision dfars 252.204-7004, Alt A, system For Award Management Alternate A clause dfars 252.204-7015 notice Of Authorized Disclosure Of Information For Litigation Support clause dfars 252.211-7003 item Unique Identification And Valuation clause dfars 252.223-7008 prohibition Of Hexavalent Chromium clause dfars 252.225-7001 buy American And Balance Of Payments Program clause dfars 252.225-7002 qualifying Country Sources As Subcontractors clause dfars 252.225-7048 export-controlled Items clause dfars 252.232-7003 electronic Submission Of Payment Requests clause dfars 252.232-7006 wide Area Workflow Payment Instructions clause dfars 252.232-7010 levies On Contract Payments clause dfars 252.225-7012 preference For Certain Domestic Commodities clause dfars 252.243-7001 pricing Of Contract Modifications clause dfars 252.244-7000 subcontracts For Commercial Items clause affars 5352.201-9101 ombudsman (fill-in Text) ombudsman: Afrl/pk Director alternate Ombudsman: Afrl/pk Deputy Director 1864 Fourth St wright-patterson Afb Oh 45433-7130 937-904-9700 afrl.pk.workflow@us.af.mil dpas Applicability: this Requirement Is Not Applicable To The Defense Priorities And Allocations System (dpas). solicitation Closing Information: quotes Are Due By: 3 January 2025 @ 4:00 Pm Est. quotes Must Be Received By The Closing Date Stated Above. Submit Quotes By Email. point Of Contact: the Point Of Contact For This Acquisition For Any Questions And For Submission Of Quotes Is: name: Mr. Jason B. Sav title: Contract Specialist email: Jason.sav@us.af.mil
Closing Date3 Jan 2025
Tender AmountRefer Documents 
6431-6440 of 6546 archived Tenders