Transportation Tenders
Transportation Tenders
Reserve Bank Of India - RBI Tender
Transportation and Logistics
India
Closing Date25 Feb 2025
Tender AmountRefer Documents
Description: Supply Of Sufficient Number Of Fully Covered Container Trucks / Vehicles For Transportation Of Banknotes Packed In Boxes And/or Coins Packed In Bags (coins With Carrier’s Risk) For Reserve Bank Of India, Bhubaneswar
DEPT OF THE NAVY USA Tender
Others
United States
Closing Soon18 Feb 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
stop-work Order (aug 1989)|1||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|n/a||||||
transportation Of Supplies By Sea (oct 2024)|2|||
federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12|||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
annual Representations And Certifications (jan 2025)|13|332510|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Quotation. Please Specify (if Other Than 60 Days) ______________ Days.
if You Are Submitting Your Quote Via Email Or Neco, Please Specify The Number Of Days Pricing Is Valid.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be 'issued' By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To 'issue' Contractual Documents As Detailed Herein.
\
1. Scope
1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence.
2. Applicable Documents
2.1 Applicable Documents; There Are No Technical Documents; Such As, Drawings, Technical Data, Etc. Associated To This Solicitation/award, The Part Number/catalog Number Cited In The Requirements Section Is Fully Descriptive.
3. Requirements
3.1 Manufacture And Design - The Front Cover Assy Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In The Ordering Data Listed Herein And Throughout The Contract/purchase Order.
(1). Design, Material And Dimensions To Be In Accordance With:
a. Manufacturer: ;l3harris Technologies, Inc. (1pnr4)
harris Corporation; .
b. Drawing: ;; .
c. Piece Number: ;; . Revision: ;; .
d. Part Number: ;14002-0136-02; .
e. Catalog Number ;; .
(2). The Following Requirements Apply:
a. Exclusion Of Mercury Requirements Are Cited In The Additional Technical Documentation Located Within Section "c" Of The Contract/purchase Order.
b. ;um= Ay; .
3.2 Navsup Wss-mech Code N94 Additional Technical Documentation
order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004
a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of
any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows:
1. Amendments To The Purchase Order/contract
2. Schedule Of Supplies Of The Purchase Order/contract.
3. Terms And Conditions Of The Purchase Order/contract.
4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable.
5. Any Invoked Standard Technical Requirements (strs).
6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable.
7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable.
b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval
for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later.
c. Use Of Document Revisions In Their Entirety:
1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document).
d. Vendor Waiver/deviations On Critical Contracts.
1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected.
2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation
is Submitted Or Prior To Manufacture.
3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With
your Request.
4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or
replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation.
5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided.
6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within
five Working Days After Receipt.
e. Exclusion Of Mercury
1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract.
4. Quality Assurance
4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein.
records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract.
5. Packaging
5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts
applies.
(1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing,
and Marking.
requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc.
(a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States,
"components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)".
(2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply:
(a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other
requirements Identified Within The Irpod.
the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods.
(b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements
for The Use Of Green Poly Bags, Then They Are Required And Take Precedence.
(4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From:
contracting Officer
navsup Wss-mech
code N943
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On
post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document.
2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents.
6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
6.3 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of
abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423.
block A: Is The Actual Contract Line Item No.
block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order.
block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss Dd Form 1423 Category Code Will Be Tdp.
block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased.
block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes.
block F: Is The Successful Offerors Name And Or Cage Code.
block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp).
block H: Self Explanatory.
block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp.
block J: Self Explanatory.
block 1: Is The Exhibit Line Item Number (elin).
block 2: Is The Title Of The Data Item Cited In Block 4.
block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification.
block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order.
block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found.
block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item.
block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract.
block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format.
block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, Or F Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Dla Logistics Information Services (dlis) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Foreign Nationals.
block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423.
block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16.
block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable.
block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcma Or Navsup-wss The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423.
block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Are To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.)
block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14.
block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data.
block 17: Is The Block Where The Bidder Or Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered In Pricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Be Coded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition.
block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. date Of First Submission=eoc
submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock
number And Item Nomenclature Specified In The Schedule Of Supply/services.
di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control
number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
Food And Nutrition Service Tender
Others
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents
Details: **************************************************************** the Purpose Of Amendment: A00001 Is To Do The Following: to Provide Questions And Answers For The Solicitation With Attachment Labeled: “a00001 Questions And Answers.” The Responses To The Questions Are Incorporated By Reference. to Revise Attachment X Incentives And Penalties To Remove The Numbering And Replace With Attachment Labeled, “x Rev. Incentives And Penalties.” to Remove In Its Entirety, Attachment K Performance Work Statement, Section 2.1 Project Management, Fourth Paragraph, “the Contractor Shall Ensure That All Staff, Subcontractors (if Applicable), And Drivers (to The Maximum Degree Practicable) Engaging Directly (via Phone, Email, Or In-person) With Csfp And Fdpir Program Staff Undergo Usda’s Unconscious Bias Annual Virtual Training. The Contractor Shall Provide An Annual Report To Usda Documenting All Staff That Are Required To Participate In Training And The Date They Completed It.” to Remove In Its Entirety, Attachment K Performance Work Statement, Section 3.0 Deliverable/schedule, Key Deliverables Chart, “virtual Cultural Competency Training, Six (6) Months From Contract Award, Annually.” to Remove Attachment K Performance Work Statement, Section 4.0 Government Furnished Number 1 In Its Entirety, “1. Government Laptop With Standard Office Software (microsoft 365).” to Revise Attachment K Performance Work Statement, Section 6.0 Training, Mandatory Contractor Training To Read As Follows: the Contractor Must Ensure Their Employees (including Subcontractor Personnel) Complete The Training Course(s) Listed Below In The Frequency Identified. The Contractor Must Maintain Records Of Course Completion And Provide Them To The Contracting Officer Or Contracting Officer Representative Upon Request. course Name Frequency Method Of Traininglength Of Trainingcompletion Date (once, Quarterly, Annually, Etc.) information Security Awareness Annually Aglearn 60 Minutes 1 Year Since Last Completion Date section 508 Compliance Annually Aglearn 60 Minutes 45 Days After Assignment usda Records Management Annually Aglearnorpaper-based 60 Minutes 60 Days After Assignment 7. To Change The Solicitation Section E.5 Proposal Instructions, Proposal Due Date To Reflect The Following: “proposals Due: All Offerors Shall Submit A Proposal Via Email To: Sm.fn.cmd-proposals@usda.gov, Which Will Be Considered If Received By 10:00 Am, Eastern Standard Time (est) On March 14, 2025.” all Other Terms And Conditions Remain Unchanged. ****************************************************************** this Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Far 12.3 As Supplemented With Additional Information Included In This Notice. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02. this Announcement Constitutes The Only Solicitation And A Separate Solicitation Will Not Be Issued. The Solicitation Number For This Acquisition Is 12-3198-25-r-0010 And Is Being Issued As A Request For Proposals (rfp). The Naics Code For This Solicitation Is 493100 - Warehousing And Storage. The Small Business Size Standard Is $34.0m. The Requirement Will Be Awarded As An Indefinite Delivery/indefinite Quantity (idiq) Contract Type With Hybrid Task Order Contract Types To Include The Following: Firm-fixed Price (ffp), Time And Materials (t&m), And/or Labor Hour (lh). This Requirement Will Be An Unrestricted Set-aside (full And Open Competition). Prospective Offerors Are Responsible For Downloading The Solicitation And Any Amendments From Sam.gov. The Government Reserves The Right To Award A Contract(s) Without Discussions If The Contracting Officer Determines That The Initial Offer Is Providing The Best Value To The Government And Discussions Are Not Necessary. brief Description Of Services the United States Department Of Agriculture (usda), Food And Nutrition Service (fns) Has A Requirement For Storage And Distribution Third-party Logistics (3pl) Solution Services For The Transportation, Receipt, Storage, And Distribution Of Multi-temperature Food Products Purchased By Usda In Accordance With The Performance Work Statement (pws) In Part D. The Contractor Shall Consider All Requirements In Performing The Work Described In The Pws, Part D. fns Intends To Enter Into Up To Two (2) Idiq Task Order Contract(s) To Obtain Storage And Distribution Third Party Logistic (3pl) Solution Services. The Idiq(s) Will Consist Of Hybrid Task Order (tos). The Idiq Contract(s) Shall Have A One (1)-year Base Period And Four One (1)-year Option Periods. as The Need For Services Covered By The Contract Arises, The Government Will Issue Individual Tos To The Offeror(s) With All The Necessary Documentation Of Project Requirements, Under Cover Of A Written Request For Proposals To Perform The Required Zoned Area Services. see Attachments For Requirement Detailed Terms And Conditions.
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Chemical Products
United States
Closing Date11 Mar 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Information In Federal Acquisition Regulation (far) Part 13 Using Simplified Acquisition Procedures (sap). This Announcement Constitutes The Only Solicitation; A Written Solicitation Will Not Be Issued. Paper Copies Of This Solicitation Will Not Be Available. This Combined Synopsis/solicitation Will Be Posted To Sam Https://sam.gov/. the Rfq Number Is N4215825qs010. This Solicitation Documents And Incorporates Provisions And Clauses In Effect Through Fac 2025-03 Effective 03 Jan 2025, And Dfars Change Notice 20241218. It Is The Responsibility Of The Contractor To Be Familiar With The Applicable Clauses And Provisions. The Clauses May Be Accessed In Full Text At This Address: Https://www.acquisition.gov/. the Naics Code Is 811310 And The Size Standard Is $12.5m. This Is A Competitive, 100% Total Small Business Set-aside Procurement Action. period Of Performance (pop): 1 Year With An Additional Option Year. line Item Description Quantity Unit Of Issue Price 0001 Maintenance Of Five (5) Dust And Fume Collectors 1 Job $ 1001 Option Year 1 Job $ extended Description: the Contractor Shall Submit Quotes Based On The Below Documents Provided Explaining Work To Be Performed And Work Location As Well As In Accordance With Required Clauses And Provisions Contained In This Solicitation. attachment 1 - Statement Of Work place Of Delivery/performance/acceptance/fob Point: f.o.b. Destination; Norfolk Naval Shipyard, Portsmouth, Va 23709 (exact Customer Address Will Be Provided In The Resulting Contract). this Announcement Will Close On March 11,2025 At 12:00 Pm Eastern Standard Time. shipping Term Shall Be Fob Destination; Therefore, Quote Shall Include Shipping Cost. system For Award Management (sam). Quoting Vendors Must Be Registered In The Sam Database To Be Considered For Award. registration Is Free And Can Be Completed On-line At Http://sam.gov/. to Be Considered For This Opportunity, All Quotes Shall Be Submitted In Either Microsoft Word, Excel Spreadsheet Or Adobe Pdf. Quote Must Include Price(s), Fob Destination, A Point Of Contact, Name And Phone Number, Business Size, And Payment Terms. Quote Must Include Signed Vendor Certification. Each Quote Must Clearly Indicate The Capability Of The Vendor To Meet All Specifications And Requirements In The Sow. An Award Will Be Made Based On Lowest Price Technically Acceptable (lpta). Each Quote Must Clearly Indicate The Capability Of The Vendor To Meet All Specifications And Requirements In The Sow. Responses To This Solicitation Are Due By 12:00 Pm Est On March 11, 2025. Email Quotes To Roshanda.l.sansom.civ@us.navy.mil. quotes Shall Be Valid For Sixty (60) Days (at Minimum). instructions To Offerors 1.a Site Visit Will Be Offered Wednesday, February 26, 2025, At 9:30 Am To 11:00 Am. Vendors Interested In Attending, A Department Of The Navy Local Population Id Card/base Access Pass Registration Form (attached) Is Required To Be Filled Out And Returned By Tuesday, February 4, 2025, By 12:00 Pm. site Visit Instructions: site Visit Pickup Will Be At Norfolk Naval Shipyard, Pass And Id Office, 2900 Effingham Street, Bldg. 1502, Portsmouth, Va 23704. only One (1) Representative Per Company Will Be Allowed To Attend. if You Already Have Base Access And A Red Or Yellow Badge, You Are Required To Submit Your Identification Number Listed On The Badge. coordinate With Roshanda Sansom, Roshanda.l.sansom.civ@us.navy.mil. If You Would Like To Attend Or Have Questions. important you Must Bring With You To The Site Visit Two (2) Of The Following: (failure To Do So Will Result In An Inability For You To Access The Site) vaild And Current Driver’s License valid And Current United States Issued Passport valid And Embossed Birth Certificate 2. Questions May Be Submitted To The Poc And Alternate Poc Listed Below No Later Than 12:00 Pm28, February 2025. Questions Submitted After This Date May Not Be Answered. 3. Quotes In Response To This Solicitation Must Be Submitted Via Email To The Poc Listed Below No Later Than The Established Deadline. 4. Quotes Must Be Valid60 Days At Minimum. the Following Far Provision And Clauses Are Applicable To This Procurement (supplementary Provisions And Clauses May Be Added Prior To Award): 52.203-18prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements--representation Jan 2017 52.204-2 Security Requirements Mar 2021 52.204-7 System For Award Management Nov 2024 52.204-9 Personal Identity Verification Of Contractor Personnel Jan 2011 52.204-13 System For Award Management Maintenance Oct 2018 52.204-16 Commercial And Government Entity Code Reporting Aug 2020 52.204-18 Commercial And Government Entity Code Maintenance Aug 2020 52.204-19 Incorporation By Reference Of Representations And Certifications Dec 2014 52.204-22 Alternative Line Item Proposal Jan 2017 52.204-26 Covered Telecommunications Equipment Or Services--representation. Oct 2020 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--representationnov 2015 52.209-10 Prohibition On Contracting With Inverted Domestic Corporations Nov 2015 52.212-1 Instructions To Offerors--commercial Products And Commercial Services Sep 2023 52.212-3 Alt I Offeror Representations And Certifications--commercial Products And Commercial Services (may 2024) Alternate I Feb 2024 52.212-4 Contract Terms And Conditions--commercial Products And Commercial Services Nov 2023 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services Nov 2024 52.219-28 Post-award Small Business Program Rerepresentation Feb 2024 52.222-21 Prohibition Of Segregated Facilities Apr 2015 52.222-26 Equal Opportunity Sep 2016 52.222-36 Equal Opportunity For Workers With Disabilities Jun 2020 52.222-50 Combating Trafficking In Persons Nov 2021 52.222-55 Minimum Wages For Contractor Workers Under Executive Order 14026 Jan 2022 52.222-62 Paid Sick Leave Under Executive Order 13706 Jan 2022 52.232-39 Unenforceability Of Unauthorized Obligations Jun 2013 52.232-40 Providing Accelerated Payments To Small Business Subcontractors Mar 2023 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation Apr 1984 52.241-1 Electric Service Territory Compliance Representation May 1999 52.245-9 Use And Charges Apr 2012 52.247-34 F.o.b. Destination Jan 1991 52.252-1 Solicitation Provisions Incorporated By Reference Feb 1998 52.252-2 Clauses Incorporated By Reference Feb 1998 52.252-5 Authorized Deviations In Provisions Nov 2020 52.252-6 Authorized Deviations In Clauses Nov 2020 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials Sep 2011 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights Dec 2022 252.204-7003 Control Of Government Personnel Work Product Apr 1992 252.204-7004 Antiterrorism Awareness Training For Contractors Jan 2023 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting May 2024 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support Jan 2023 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services Jan 2023 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials Sep 2014 252.225-7048 Export-controlled Items Jun 2013 252.225-7972 (dev)prohibition On The Procurement Of Foreign-made Unmanned Aircraft Systems (deviation 2024-o0014) Aug 2024 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports Dec 2018 252.232-7006 Wide Area Workflow Payment Instructions Jan 2023 252.232-7010 Levies On Contract Payments Dec 2006 252.237-7010 Prohibition On Interrogation Of Detainees By Contractor Personnel Jan 2023 252.237-7024 Notice Of Continuation Of Essential Contractor Services. Oct 2010 252.244-7000 Subcontracts For Commercial Products Or Commercial Services Nov 2023 252.246-7003 Notification Of Potential Safety Issues Jan 2023 252.246-7004 Safety Of Facilities, Infrastructure, And Equipment For Military Operations Oct 2010 252.247-7023 Transportation Of Supplies By Sea Oct 2024 Statement Of Work performance: Quarterly And Annually Maintenance Of Five (5) Each Dust And Fume Collectors In The Non-nuclear Ctd And Hull Of Building 163. period Of Performance: The Terms Of This Contract Requirement Shall Be From 2025-2026. One Base Year With A One-year Option. Note: Exact Dates Will Be Specified Upon Contract Award. 3.equipment Specifications: Name Model Number Serial Number Wintek # 1 Bc - 24 0121 - 0004 Wintek # 2 Bc - 36 0121 - 0003 Wintek # 3 Bc - 54 0121 - 0005 Wintek # 4 Bc – 54 0221 – 0006 Wintek 3 5 Bc – 54 0919 – 008 4.contractor Responsibilities: 4.1 The Contractors Shall Supply Labor And Equipment To Maintain 5 Dust And Fume Collector Towers. 4.2 Quarterly, The Contractor Shall Perform Visual Inspections Of Entire Systems, Ladder Only, And Duct Inspection Is Not Needed. 4.3 Quarterly, The Contractor Will Remove, Clean, And Reinstall Pre-filters. 4.4 Annually, The Contractor Shall Open, Inspect, Clean, And Test All (5) Dust And Fume Collectors, Electrical And Fire System. 4.5 Annually, The Contractor Will Replace Filters As Needed. 4.6 The Contractor Shall Replace Cartridge And Hepa Filters, Exhaust Motors, Purge Solenoids And Cleaning Inside Of Each Tower. 4.7 The Contractor Shall Open, Inspect, And Certify Fire Suppressions, 2 Electrical Panels, 1main Distribution Panel, And 1 Step Down Transformer Located Above The Main Distribution Panel. 4.8 The Contractor Shall Replace Nano Cartridge Filters And Brahm Hepa Filters On An As Needed Basis. Nnsy Is Also Requesting Purchase Of Additional Dry Chemical Bottles From The Contractor. These Additional Bottles Are To Be Used When The Original Bottles Are Taken Out Of The System To Be Recertified. "per Far 22.102-1(a) Entitled "safety", Contractors Are Hereby Informed That Their Employees Or Representatives Present On Property Under Norfolk Naval Shipyard Cognizance Must Follow Federal And State Osha Requirements; Norfolk Naval Shipyard Oshe Program Manual, Navshipydnorinst P5090.2 Requirements; Oshe Control Manual (oshecm) Requirements; Or Safety Requirements For Site Specific Location Of The Contract." 5.shipyard Responsibilities: Nnsy Must Provide Assistance To Contractor As Needed. 6. Lifting And Handling Requirements: N/a 7.certification Of Work Requirements: N/a 8.testing: N/a 9.safety Or Security: Contractor Must Comply With: 9.1worker Access To The Work Site 9.2initial Entry – Companies Seeking Access To The Shipyard Must Provide To The Technical Point Of Contact A Request By Filling Out Form Secnav 5512/1, Detailing The Full Name, Social Security Number, Place And Date Of Birth Of Each Worker, The Job’s Start To Completion Date, And The Contract Number. This Form Must Be Signed By A Company Officer. This Will Be Endorsed By The Technical Representative And Forwarded To The Nnsy Pass Office If Required. 9.3no Employee Or Representative Of The Contractor Will Be Admitted To The Site Of Work Unless A Secnav 5512/1 Is Submitted Two Weeks In Advance To The Tpoc. Each Worker Must Attend A 45-minute Training Video Prior To Entering The Shipyard’s Cia (controlled Industrial Area) For The First Time, But One Viewing Allows Entry For One Year. An Entry Badge Will Be Issued. Each Contractor Employee Shall Be Required At The Time Of Issuance Of A Personnel Badge To Complete A Special Access Determination Form. Requested Information Shall Be Furnished. Individuals Who Have Felony Convictions (e.g., Murder, Rape, Drug Offenses, Of Theft) Or Who Are Deemed Untrustworthy By The Security Department, Norfolk Shipyard Will Be Denied Access To The Shipyard And Their Personnel Badge Will Be Recalled. 9.4vehicle Entry - The Company Name Shall Be Displayed On Each Door Of The Contractor's Vehicles In A Manner And Size That Is Clearly Visible. All Vehicles Shall Display A Valid State License Plate That Complies With State Vehicle Code. Vehicles Shall Meet All Other Requirement Of The State Vehicle Code, Such As Safety Standards, And Shall Carry Proof Of Insurance And State Registration. Passes Will Be Issued For Vehicles To Enter The Shipyard. A Separate Pass Is Required For Entering The Controlled Industrial Area (cia). 9.5 Special Access - Access To Special Or Restricted Areas In The Shipyard Shall Becoordinated With The Technical Point Of Contact. Access To Special Or Restricted Areas In Theshipyard Shall Be Coordinated With The Technical Point Of Contact Portable Electronic Devices(peds) "in Accordance With Comsublanticomsubpacinst 2075.lc, The Use Of Portableelectronic Devices (peds) While In Or On Department Of Navy Controlled Industrial Areas Are Prohibited.a Portable Electronic Device (ped) Is Defined As Any Non-stationary Electronic Apparatus With Singular Ormultiple Capabilities Of, But Not Limited To Recording, Storing, And/or Transmitting Data, Voice, Video, Orphoto Images (e.g., Cell Phones, Laptops, Tablets And Wearable Devices Such As Fitness Bands And Smartwatches)." Working Hours -the Government's Regular Working Hours Are From 0720-1600, Five Daysper Week, Monday Through Friday, Except Observed Federal Holidays.11. Location: Norfolk Navalshipyard, Portsmouth, Va., 23709, Building 171. 9.6 Portable Electronic Devices (peds) "in Accordance With Comsublant/comsubpacinst 2075.1c, The Use Of Portable Electronic Devices (peds) While In Or On Department Of Navy Controlled Industrial Areas Are Prohibited. A Portable Electronic Device (ped) Is Defined As Any Non-stationary Electronic Apparatus With Singular Or Multiple Capabilities Of, But Not Limited To Recording, Storing, And/or Transmitting Data, Voice, Video, Or Photo Images (e.g., Cell Phones, Laptops, Tablets And Wearable Devices Such As Fitness Bands And Smart Watches)." 10critical Time Constraints: 10.1working Hours - The Government's Regular Working Hours Are From 0720- 1600, Five Days Per Week, Monday Through Friday, Except Observed Federalholidays. 10.2the Government Observes The Following Holidays: New Year’s Day, Martin Luther King Jr.’s Birthday, President’s Day, Juneteenth Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans’ Day, Thanksgiving Day, And Christmas Day. 11.location: Building 163, 1st Floor, Non-nuclear Ctd And Hull Cut Section Of Code 926. 12.points Of Contact: Technical Poc: To Be Provided At Award Temporary Service Zone Manager: To Be Provided At Award Certifying Official: To Be Provided At Award (b) The Item Is Certified Iaw Navfac P-307. (c) Any Special Requirements Or Dimensions Are Followed To Ensure That Engineering Assumptions Are Met (i.e. Eccentricity Of The Bearing Points). Attachment 1 - Statement Of Work Poc: Roshanda Sansom Roshanda.l.sansom.civ@us.navy.mil Alt. Poc: Jeremy Weiblejeremy.r.weible.civ@us.navy.mil
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
United States
Closing Soon15 Feb 2025
Tender AmountRefer Documents
Details: Space Systems Command (ssc) International Affairs Office(ssc/ia) Los Angeles Air Force Base, Ca Launch Vehicle And Spaceport Assessment Request For Information primer: Ssc/ia Received A Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) From A Partner Nation (pn). As The Primary Poc For Space Foreign Military Sales (fms), It Is Incumbent Upon Ssc/ia To Respond To The Lor For Loa With Rough Order Of Magnitude (rom) Costs For The Defense Articles And Services Specified In The Lor. As A Result, Ssc/ia Is Conducting Market Research To Respond To The Partner Nation’s Request. please Note: Responses To Lors For P&a Are Non-promissory And Therefore There Is No Guarantee That This Request For Information (rfi) Will Result In A Request For Proposal (rfp). Ssc/ia Anticipates Similar Requests From Other Partner Nations And May Repurpose The Market Research Garnered From This Rfi To Respond To Future Lors For Loa. The Lor For Loa Response Provided To The Partner Nation Does Not Guarantee The Sale Of The Services In Question. 1. Background ssc/iais Seeking Industry Quotes For Acquisition Technical Assistance For Assessing The Requirements And Interfaces Of A Launch System And A Contractor Designed, Developed And Operated Spaceport That Includes Facilities For Launch, Launch Integration, Space Vehicle Processing And Integration, Providing Mission Assurance, And Day-of-launch Activities For The Pn’s Ongoing Military Modernization Effort. Ssc/ia Is Currently Building A Response To An Official Letter Of Request (lor) For Letter Of Offer And Acceptance (loa) To Provide The Pn With A “total Package Approach” Cost For Their Planning Purposes. Ssc Is Seeking Specific Technical Studies Information Described In Sections 6 And 7 Of This Document. The Timeframe Associated With Acquiring The Referenced Technical Assistance Projects Potential Contract Award In 2025 With A Required 18-month Period Of Performance, As Requested By The Pn In Their Lor For Loa. Rfi Responses Shall Include Information That Allows Ssc/ia To Assess Your Ability To Help Develop A Spaceport And Provide Launch Mission Assurance For The Pn. This Includes Providing The Technical Background That Demonstrates Deep Knowledge And Experience As It Relates To The Entirety Of Launch Site Development, Build, And Mission Integration. This Should Include Experience And Knowledge Of Launch System Facilities, Processes/procedures, Safety Requirements (flight And Ground), Logistics (e.g. International Shipping), Security (physical And Cyber), Radio Frequency (rf) Communications And Tracking, And Other Pertinent Information That Describes Your Ability To Provide The Technical Assistance Requested. Finally, Any Tools To Manage Requirements, Provide Mission Assurance Analysis, Develop/manage And Execute Plans Should Be Included. 2.use Of Non-government Advisors the Government Intends To Use U.s. Government Personnel To Review The Rfi Responses. The Government Reserves The Right To Use Contractor Personnel, Including, But Not Limited To, Ssc Federally Funded Research And Development Center (ffrdc) And Systems Engineering And Technical Assistance (seta) Contractors. Contractor Support Will Be Bound By An Appropriate Non-disclosure Agreement (nda) To Protect Proprietary And Sensitive Information. Additional Ndas Will Not Be Required As Responses To This Rfi Will Be Considered An Implicit Acknowledgment And Acceptance That Non-government Advisors Will Be Assisting The Government In The Review Process. 3.guidelines For All Submissions the Rfi Is Market Research And Will Not Result In An Award The Cost Of Preparing The Rfi Responses Is Not An Allowable Direct Charge To Any Government Contract. all Interested Vendors Are Requested To Provide: statement Of The Vendor’s Capability To Provide The Technical Assessment Of A Launch Vehicle And Spaceport Described Below rom Cost To Provide Services/supplies, rom Schedule To Provide Services/supplies. label And Portion-mark Rfi Responses Appropriately; The Overall Classification Of An Rfi Response Should Not Exceed Nato Secret. provide An Initial Plan On How Itar Will Be Addressed. include A Cover Sheet With Company Name, Address, Date, Rfi Response Poc With An Email Address And Phone Number. ssc Will Not Consider Unnecessary Brochures Or Proposals. ssc Will Welcome Proficiency Demonstrations, Use Cases, And Lessons Learned. rfi Responses Will Use 8.5 X 11-inch Portrait Format Pages With Single-spaced Times New Roman 12-point Font With 1" Margins. The Landscape Format Is Acceptable For Charts And Graphs Only. rfi Responses Shall Not Exceed Thirty Pages. rfi Responses Must Be Delivered As Either A Pdf Or Microsoft Word Document. rfi Responses May Be Submitted Electronically Via Nipr To The Ssc Point Of Contact Listed Below. rfi Responses Are Due No Later Than 1700 Pdt On 02/14/2025 To The Ssc Point Of Contact Listed Below. Mr. Keith Brandner, Contracting Officer, Keith.brandner@spaceforce.mil Ms. Melina Monroy-szita, Contract Specialist, Melina.monroy-szita@spaceforce.mil 4.next Steps once The Rfi Responses Are Received, Assessed For Feasibility And Affordability, Ssc/ia Will Reach Out To The Pn. If A Virtual One-on-one Is Requested By The Government For Clarification Of Any Responses, The Government Contracting Office Representative(s) Will Contact The Submitters Poc Listed On The Cover Sheet To Schedule A Virtual Meeting. 5.concepts Criteria for Each Study Area, Address To The Best Extent Possible: requested Criteria expertise To Accurately Assess What Is Being Requested additional Information Needed Form Either The U.s. Government Or Pn associated Risks concepts Cost Details 6.initial Study Overview the Pn Is Requesting Technical Assistance Across Multiple Disciplines To Include But Not Limited To; Mechanical And Electrical Engineering, Systems Engineering (requirements Derivation, Verification And Validation Planning), Launch Site Processes/procedures, Safety (ground And Flight), Logistics (to Include International Shipping, Rf Communications, Facility Requirements (related To Launch Vehicle (lv), Space Vehicle (sv) And Lv/sv Integration), Ground Support Hardware And Lv To Launch Site Interfaces. The Assessment Is Intended To Be Used By The Pn To Understand Feasibility, Requirements (interface Control Document-type Information Between Lv/sv And Spaceport), And Risks Of Standing Up A Spaceport Capability To Launch Pn National Security Payloads. The Study Shall Also Include Support Of Meetings And Discussions As Well As The Delivery Of A Report, And Other Supporting Documentation. 6.1assessing Commercial Launch Provider provide Assessment Of The Commercial Launch To Meet The Mission Requirements Of The Pn’s National Security Space Using U.s. Space Force Evaluation Criteria. Part Of The Assessment Includes Recommended Tailoring Of Said Evaluation Criteria That Aligns With The Goals And Requirements Of The Pn. The Assessment Shall Include Assessment Of Vehicle Performance, The Launch Company’s Processes And Procedures, Its Ability To Follow And Adhere To Its Internal Standards, Capability Of Meeting The Foreign Regulations And Certifications, Accommodate Pn’s Satellites And Meet Their Mass And Orbit Performance. Additionally, The Assessment Should Include Any Identified Risks With The Priority On Technical But Also Identification Of Any Cost And Schedule Risks/concerns That May Be Evident. assessment Includes Identification Of Items That Require A Change To The Standard Commercial Vehicle That Derive From Sources Such As The Pn’s Mission Objectives, Logistics, Foreign Certifications/regulations And Launch Site Interfaces. Finally, An Assessment Of The Launch Contractor To Meet Both Physical And Cyber Security Requirements Imposed Or Unique To The Pn. 6.1.1 Launch Vehicle To Launch Site Icd: provide An Assessment Of The Lv To Launch Site Icd (or Equivalent Document(s)) To Ensure At The System Level The Pn Can Execute A Launch Of A National Security Space Asset From The Launch Site. 6.1.2 Communications: assess The Rf Concept To Ensure That The System Meets The Pn’s Requirements As Well As Any Required Regulatory Requirements. This May Include, But Not Limited To, Launch Vehicle Telemetry Collection, Flight Safety (if Autonomous Flight Safety Is Not Used), And Space Vehicle Separation (if Required). Additionally, Does The Launch Vehicle Provider Have A Plan That Will Meet The Pn’s Security Requirements For Communications, Information Technology (it) Equipment As Well As Assembly, Integration, And Test (ai&t) Equipment. 6.1.3 Launch Site Systems: provide An Assessment Based On The Icd, Ground Support Equipment, And Ground Handling Processes And Procedures That All Equipment Meets Requirements, Capable Of Being Certified And Has Proper Interfaces. Assessment Should Also Include Launch Vehicle And Expected Space Vehicle Commodity Requirements Such As Liquid Nitrogen, Hydrazine, Kerosene, Liquid Oxygen, Etc. The Launch Site Systems Includes Both The Payload Processing Facility And Launch Pad. 6.2launch Vehicle Safety Assessment transportation - Provide An Assessment Of The Launch Vehicle Transportation Plan To Include General Ability To Meet International Shipping Requirements, Physical Security Of Hardware While In Transit And On Launch Site Transportation And Handling. Identify Items That Have Elevated Risk Such As Systems That Have Not Been Tested To Meet Un Shipping Requirements (e.g. Batteries) Or Other Items That May Require Modifications Needed To Ensure Safe Transport Into The Launch Site. In Addition, Provide An Assessment Of The Shipping Hardware To Ensure That It Is Capable Of Shipping The Launch System To Include Compatibility With Shipping Methodology As Well As Protecting Hardware During Shipment. flight – Assess The Launch Vehicle Provider’s Approach To Flight Safety And Identify Any Short Falls That Introduce Risk. If Applicable, Recommend Areas For Tailoring To Reduce New/additional Qualification. 6.3requirements Recommendations work With The Pn To Understand Their Objectives And Risk Tolerance For The National Space Assets. Based On That, And The Assessment Of The Launch Provider And Their Launch Solution, Recommend And Prioritize Requirements To Ensure The Launch Solution Will Meet The Pn’s Mission Objectives. It Is Recognized That This Is A Challenging Task As The Most Efficient Approach Is To Utilize The Standard Launch Vehicle That Is Offered, Using The Requirements Defined In A User’s Guide For Space Vehicles To Design To, And Making Changes Introduces Risks. Provide Your Recommended Approach, Such As Accept A Launch Provider’s Baseline System And Respond To Mission Unique Requirements As Needed, Or Other Solutions. 6.4safety Documentation support The Development Of Safety Documentation That Meets The Pn’s And Launch Authority Requirements. This May Include Identify The U.s. Government / U.s. Space Force Test, Evaluation, And System Safety Documentation That Would Be Applicable To The Pn’s Activities. This May Also Include Recommending Tailored Approaches To Said Documents. If No Existing Documentation Exists In The U.s. Government For The Pn’s Specific Use Case (i.e. Launch Site Location, Launch Vehicle Operating Conditions), Provide A Recommendation Of The Documentation Required. 6.5launch Pad Sustainment Cost Analysis provide An Assessment Of The Launch Site Sustainment Costs. Provide Recommendations Where Efficiencies May Be Achieved As Well As Identifying Any Items Missed To Support The Pn’s Funding Forecast. Based On The Pn’s Mission Concept, Assess Any Unique Capability Needed And The Associated Sustainment. Examples Might Be, But Not Limited To, Pad Spares, Redundant Capability, Automated Tools And Other Hardware/software. 6.6launch Readiness Verification Process support The Development Of A Launch Readiness/certification Process (aligned To The Terminology Of The Pn) That Meets The Risk Acceptance Of The Pn. Recommend Applicable U.s. Space Force Launch Readiness Verification (lrv) Requirements And Procedures For Both Launch Vehicle And Spacecraft And Recommend Tailoring To The Pn’s Requirements. 6.7 Site Surveys support On-site Surveys Of The Pn’s Launch Pad, Range, And Associated Facilities. 6.8requirement Definition Support provide To The Pn General Technical Assistance And Support In Their Requirements Definition Generation For Their Pn National Space Missions. 6.9space Training provide A Catalog Of Space Training Courses Available Through The U.s. Government Or Other Means For Pn To Participate In And Gain A Better Understanding Of Space Knowledge And Operations 6.10technical Interchange Meetings support Technical Interchange Meetings, Planning Conferences, Review Meetings, And Other Relevant Meetings To Be Defined By The Pn. Pn Is Requesting 20 Meetings Per Year (4 In-person, Either In The U.s. Or In The Pn’s Territory, And 16 Virtual). 7. Requirements Mapping Study develop A Requirements Matrix Or Other Traceability Tool That Enables The Ability To Verify And Validate Requirements.
3011-3020 of 4738 active Tenders