Transportation Tenders

Transportation Tenders

MARITIME ADMINISTRATION USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: This Is An Invitation For Bid Or Ifb: Please Submit All Bids Before 1330 On March 5th, 2025. bids May Be Recieved In Mail, us Department Of Transportation maritime Administration Mar 380 1200 New Jersey Ave Se mail Stop W26-449 washington, Dc 20590-0001 or By Email At: Henry.puppe@dot.gov below Is The Ms Teams Invite Link. https://teams.microsoft.com/l/meetup-join/19%3ameeting_zjhmndy0odctzde3yi00zjq0ltlhndutnjbmognkmmi3ownk%40thread.v2/0?context=%7b%22tid%22%3a%22c4cd245b-44f0-4395-a1aa-3848d258f78b%22%2c%22oid%22%3a%22db5728dc-5af0-4a71-8552-846dafd3d43f%22%7d dial In By Phone +1 509-931-1572,,391590357# United States, Spokane phone Conference Id: 391 590 357# the Maritime Administration (marad), Which Is An Agency Of The United States Department Of Transportation, Intends To Procure Layberthing Services For An Exclusive Use Long-term Safe Layberth For Up To Three Ro/ro Vessels. The Geographic Area Of Consideration For This Solicitation For The Three Vessels Is On The East, Gulf And/or West Coast. Potential Layberth Locations Are Inclusive Of Navigable Waterways That Can Support The Safe Berthing And Navigation Of The Size Vessel Identified. For Potential Sources Located On Inland Waterways The Distance To Open Waters Must Not Exceed 150 Miles. The Primary Bid For The Solicitation Will Be One Base Year And 4 Option Years With An Alternative Bid For A Base Year And Nine Option Years. see Attachments For Details
Closing Date5 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n731,47|n00383|215-697-1488|arianna.g.pilla.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement|8|x|||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|inspection Site Source Final Acceptance Site Source |tbd|n00383|tbd|tbd|see Schedule|n/a||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| 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 After Discovery Of Defect||||| safeguarding Sensitive Conventional Arms, Ammunition, And Explosives (nov 2023)|9|||||||||| 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|||||||||||| 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||||||||||| type Of Contract (apr 1984)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| the Purpose Of This Solicitation Amendment Is To Incorporate The Following Changes: 1. Rfp N00383-25-r-n145 Is Hereby Extended For An Additional 30 Days. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile, or Sent By Other Electronic Commerce Methods, Such Asemail. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. \ the Small Business Administration Representative At Navsup Wss Has Reviewed This Requirement And Determined That A Set-aside Recommendation Was Not Applicablefor This Procurement. the Requested Rtat Is 60 Days. this Rfp Is For Repair. Navsup Wss Requests That Contractors Submit A Quote That Includes Either A Firm-fixed Price Or Tt&e Pricing As Well As Estimate Costs To Repair This Item. this Contract/delivery Order/purchase Order/modification Is Issued By The Government When Deposited In The Mail, Transmitted By Facsimile Or Sent By Any Electronic Commerce Method, Including Email. The Government's Acceptance Of The Contractor's Proposal constitutes Bilateral Agreement To Issue This Contract/delivery Order/purchase Order/modification. \ 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany 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. 1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.5 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 Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements repair The Engine Control Unit To The Latest Configuration P/n 4501860f. 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: electronic Componen ;4501860e; P/n, ;7r 1680-01-474-4622 V2; Nsn, ;repair In Accordance With The Technical Drawings And Service Bulletons To Meet Industry Standards.; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. electronic Componen ;hamilton Sundstrand Corporation; Company Name , ;1007 E. University Drive, Phoenix, Az. 85034-6513; Address , ;0cam5; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent. responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein. procedures:the Contractor Shall Prepare And Maintain Quality Control documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The performance Spcifications To Perform The Procedures. quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which compliance With Contractual Requirements will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request. purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002). receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings. failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government. nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition. contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification. material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer. responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items. repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing. records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records: receipt Inspection Documentation. repair Shop Travelers Or Repair Cards. parts Replacement Records. parts Inspection Data Before And After Repair As Applicable. acceptance Test Data. qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date5 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Amendment 0003 - Site Visit Log And Extend Proposal Due Date this Contract Opportunity Is Intended For Dhs, Nmacc Iii, Pool Ii Contract Holders Only. a Brief Description Of The Scope Of Work Includes The Following: description Of The Work: This Project Includes All The Supervision, Labor, Tools, Equipment, Materials, Transportation And Other Services For The Design/build Of The (5) New Housing Units At Uscg Station, Portage, Mi. This Project Will Construct Multiplex Family Housing Structures Consisting Of (2) Three-bedroom And (3) Four-bedroom At Uscg Sta Portage. The Project Will Also Relocate Two Existing Shed Structures, Replace The Playground Equipment, Provide Parking, Upgrade Utilities, And Expand The Residential Septic System To Accommodate All Base And Optional Units. Perform The Work According To This Specification And As Shown On The the Project Will Also Include The Following Three (3) Options: Option Item #1: Design And Construct One Housing Unit Consisting Of One (1) Three-bedroom Unit And Associated Infrastructure. Option Item #2: Design And Construct One Duplex Housing Unit Consisting Of (2) Three-bedroom Units And Associated Infrastructure. Option Item #3: Design And Construct One Maintenance Building And Associated Infrastructure.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Amended: 28 January 2025 - Continue With Rfp, Extend Solicitation Date To 17 February 2025; All Proposals Due Nlt 1:00 Pm Cst. amended: 22 January 2025, Vendor Rfis Answered, See Attachment the U.s. Government Is Soliciting Request For Proposals (rfp) For Joint Task Force-guantanamo Bay (jtf-gtmo) Detainee Support Services Requirement. this Solicitation Is For Commercial Items Prepared In Accordance With (iaw) The Format In Far Part 13 – Simplified Acquisition Procedures. This Is A Non-personal Services Contract Under Which The Personnel Rendering The Services Are Not Subject, Either By The Contract’s Terms Or By The Manner Of Its Administration, To The Supervision And Control Usually Prevailing In Relationships Between The Government And Its Employees. The Contractor Shall Ensure That All Contractor Employees And Subcontractor Employees Are Medically, Dentally, And Psychologically Fit For Performance Of Their Duties. the Contractor Shall Provide All Personnel, Management, Curriculum Development, Instruction, Transportation, Office Supplies, Housing, And Supervision Necessary To Provide Detainee Library Services And Detainee Seminars As Defined In This Performance Work Statement, Except For Those Items Specified As Government Furnished. consistent With The Geneva Conventions, Jtf-gtmo Provides Educational Opportunities And Intellectual Stimulation To The Detainees During Their Time In The Custody Of The United States. The Library Services And Educational Seminars Delivered By Detainee Programs Help Achieve This Goal, In Addition To Encouraging Compliant Behavior And Good Order And Discipline Within The Camps. the Objective Of Detainee Support Service Requirement Is To Provide Routine Library Services And Instruct Seminars, To The Detainees In The Custody Of The Jtf-gtmo. This Requirement Will Provide Library Services And Educational Seminars To The Detainees In The Custody Of The Jtf-gtmo. the Period Of Performance Shall Consist Of A One 12-month Base Period, Four 12-month Option Years And A Far Clause 52.217-8 Six-month Option. The Contractor Shall Ensure Services Are Uninterrupted During The Period Of Performance. classification – Total Small Business Set-aside (far 19.5); Psc – U008 Education/training – Training, Curriculum Development; Naics – 611430 Professional And Management Development Training. solicitation/proposal Requirements – Instructions, Conditions, And Notices To Offerors the Solicitation (up To And Including This And Any Future Solicitation Amendments, If Any) Will Constitute To The Offeror's Complete "proposal" For The Subject Serviceslno Later Than 1:00 Pm,monday,17 February 2025, time For Acceptance: Unless The Offeror Inserts A Different Period Of Time On The Solicitation, The Proposal Shall Remain Valid For 120 Days From The Solicitation Closing Date Identified On The Sf1449. all Proposals Will Be Submitted/e-mailed To Both: contract Specialist: Joseph Schwener, Jr., E-mail: Joseph.g.schwener.civ@army.mil contracting Officer: Dr. Robert Sheridan, E-mail: Robert.l.sheridan10.civ@army.mil offerors Shall Review The Solicitation And Its Amendments (if Applicable) And Submit Only Written Questions And/or Comments With The Subject Line Reference: Questions/ Comments/ Exceptions For Joint Detention Group (jdg) Joint Task Force-guantanamo Bay (jtf-gtmo) Detainee Support Services (jdg Jtf-gtmo Detainee Support Services, W912cl-25-r-0001). The Deadline For The Submittal Of All Questions/ Comments/ Exceptions Is Friday, 14 February 2025, At 1:00 P.m. Cdt. award Will Be Made To The Responsible Offeror Whose Offer Conforming To The Request For Proposal Will Be Most Advantageous To The Usg, Price And Other Factors Considered. All Proposals Shall Follow Directions Dictated In Far 52.212-1 And Far 52.212-2, Included In The Subsequent Rfq.
Closing Soon17 Feb 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Chemical Products
United States
Description: Presolicitation Notice: Defense Logistics Agency (dla) Land And Maritime In Columbus, Ohio Intends to Solicit For The Following National Stock Numbers (nsn). The Purpose Of This Contract Is To Provide Stock replenishment Coverage In Support Of Military Depots. nsn 5930-01-237-7322 Switch, Thermostatic this Material Is Procured Iaw Reference Drawing Nr 19207 12338599. Contractor First Article Test Required. The Required Delivery Is 270 Days With The Cfat And 120 Days Without The Cfat. Fob Origin And Inspection And Acceptance At Origin Are Required. The Naics For This Item Is 33418 With A Business Size Standard Of 750. this Solicitation Is Being Issued Under The First Destination Transportation (fdt) Program. This Solicitation Is 100% Small Business Set-aside. the Requirement Is A Fixed Price, Indefinite Quantity Contract (iqc), And The Contract Period Will Be For A Three (3) Year Base Period And 2 One-year Option Periods, To Be Exercised At The Discretion Of The Government. The Duration (base Plus Option Years) Shall Not Exceed 5 Years. The Government Is Using The Policies Contained In Far Part 15 Procedures In Its Solicitation For This Item. This Solicitation Will Be Available On The Internet At Http://www.dibbs.bsmdla.mil/rfp On Or About The Issue Date Of January 8, 2025 (1/8/25) Under Solicitation # Spe7mx25r0029. Hard Copies Of This Solicitation Are Not Available. while Price May Be A Significant Factor In The Evaluation Of Offers, Proposals Will Be Evaluated According To “best Value” Procedures On The Basis Of Price, Past Performance, Delivery And Other Evaluation Factors As Described In The Solicitation. All Offers Shall Be In English And In Us Dollars. Contractor First Article Testing (cfat) Applies. the Contracting Officer May Utilize On-line Reverse Auctioning As A Means Of Conducting Price Discussions Under This Solicitation. During The Course Of The On-line Auction, Offerors' Proposed Prices Will Be Publicly Disclosed To Other Offerors And Anyone Else Having Access To The On-line Auction. This Public Disclosure Is Anonymous, Meaning That Each Offeror's Identity Will Be Concealed From Other Offerors (although It Will Be Known To The Government), And Only Generic Identifiers Will Be Used Publicly For Each Offeror's Proposed Pricing (e.g., "offeror A"). By Submitting A Proposal In Response To The Solicitation, Offerors Agree To Participate In The Reverse Auction And That Their Prices May Be Publicly Disclosed, Including To Other Offerors, During The Reverse Auction. An Offeror's Final Auction Price Will Be Considered Its Final Proposal Revision. No Price Revisions Will Be Accepted After The Close Of The Reverse Auction, Unless The Contracting Officer Decides That Further Discussions Are Needed, And Final Proposal Revisions Are Again Requested. submission Of Proposal By Electronic Commerce (e-mail) Is Allowed. Preferred Method To Submit Proposal Is To Upload Through Dibbs. Submit E-mailed Proposals To Suzanne.maginn@dla.mil. E-mailed Proposals Cannot Exceed 15mb.
Closing Soon11 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others...+2Civil And Construction, Pipe Line Project
Corrigendum : Closing Date Modified
United States
Details: Statement Of Work Repair Steam Vents - 583-25-517 Introduction City Steam Is Vented Through A Shallow Concrete Trench Into Risers From The Main Steam Vault. Three Vent Pipes Connected To Relief Valves Ranging From 35 To 110 Psi Are Located In The Trench. The Three Steam Vent Pipes Have Failed, Leading To A Critical Situation Where Steam Is Backing Up Into The Mechanical Space, Creating A Hazardous Work Environment. Immediate Action Is Required To Prevent Further Risks. Steam Is Also Venting Openly Through The Concrete Shallow Trench, Posing A Potential Threat To Va Employees Entering/exiting The Richard L. Roudebush Veterans Affairs Medical Center (vamc) Through The South Basement Entrance. Objective The Main Objective Of This Project Is To Remove The Three (3) Failed Steam Vent Pipes, Merge The Remaining Sections Of The Three Steam Vent Pipes Into One Main Collector In The Mechanical Space, And Connect The Collector To An Existing Riser. Period Of Performance And Work Hours The Contractor Shall Complete All The Requirements Described In This Scope Of Work Within 30 Calendar Days After The Notice To Proceed. Maintaining The Medical Center's Operational Capability Is Paramount, And The Contractor Shall Coordinate All Activity Schedules With The Cor Prior To Execution And Two Weeks In Advance. According To The Nature Of The Work, This Project Can Be Conducted During Regular Business Hours And/or After-hours/weekends. Regular Business Hours Are 7 Am To 4 Pm, Monday Through Friday. Work Requiring Outages Shall Be Completed After Hours Or On Weekends As Coordinated With The Cor. Scope Of Work The Contractor Shall Provide All Necessary Services, Supervision, Labor, Transportation, Supplies, Equipment, Tools, Licenses, Chemicals, And Materials To Execute The Following: All Work Shall Be Completed During The Non-heating Season To Avoid Or Minimize Medical Center Operational Disruptions. Work Shall Be Phased Based On The Available Shutdown Time Windows (five Hours Or Less) And Va-approved Shutdown Dates. C. Shutdowns Proposed By The Contractor Shall Be Properly Coordinated With The Affected Services In Advance And Approved By The Va. Planned, Implemented, Monitored, And Adjusted All The Required Site-specific Safety Measures To Accomplish The Work Needed In Compliance With Osha. The Main Steam Vault Is Under High-temperature Conditions, And The Contractor Must Comply With The Osha Heat Stress Regulation. The Main Steam Vault Is A Permit-required Confined Space (prcs), And The Contractor Must Comply With The Osha Confined Space Regulation And Va Prcs Program. Plan, Implemented, Monitored, And Adjusted All The Required Safety Measures To Accomplish The Work In A Prcs Under High-temperature Conditions (i.e., Organizational Measures, Collective And Personal Protective Equipment, Rescue Team, Air And Temperature Monitoring, Trained Personnel, Etc., As Needed). Before The Work Starts, Cordon Off The Work Area And The Steam Vault Entrance From The Public With 6 High Chain Link Temporary Fencing. Provide Temporary Fenced Areas With Warning And Wayfinding Signs. Excavate And Clean Debris From The Concrete Shallow Trench And Remove It Off-site. Cut The Three (3) Failed Vent Pipes In The Mechanical Space And At The Riser And Remove Them Off-site. Vent Pipe Sizes Are 10-inch, 8-inch, And 6-inch In Diameter. Remove The 8-inch And 6-inch Risers Off-site. Complete Non-destructive Testing (i.e., X-ray Inspection) To Determine If The Metal Thickness Of The Existing 10-inch Riser Is Enough To Weld On. Merge The Remaining Sections Of The Three (3) Steam Vent Pipes Into A 10-inch Collector Inside The Steam Vault. Provide And Install Enough And Appropriate Pipe Supports/stands For The New Steam Vent Pipe System. The New Steam Vent Collector Shall Go Through One Of The Existing Wall Penetrations And Follow The Path Of The Existing Steam Vent Pipes Up To The 10-inch Riser. Connect The Steam Vent Collector To The Existing 10-inch Riser. Pipe Material Shall Be Astm A106, Grade B, Seamless Carbon Steel, Schedule 40, Butt Weld. All Pipe Connections Shall Be Welded. Close The Two (2) Unused Concrete Wall Penetrations On Both Sides Of The Wall With Stainless-steel Plates And Stainless-steel Anchors For Corrosion Resistance. A High-temperature Resistance Gasket Shall Be Installed Between The Concrete Wall And The Stainless-steel Plates. Dimensions And Details Are Based On The Best Available Information. However, The Contractor Shall Not Strictly Rely On The Provided Information. The Contractor Shall Verify Existing Site Conditions, Locations, Dimensions, Quantities, And Accuracy. The Contractor Shall Provide, Maintain, And Adjust Safety Equipment And Measures To Protect Construction Workers And The Public. This Shall Include Additional Equipment And Measures That May Be Required By The Cor Or The Va Safety Service During The Contract. The Contractor Shall Obtain All Necessary Permits And Licenses Required To Perform All Work Associated With The Project. The Contractor Is Responsible For Compliance With Federal, State, And Local Laws, Regulations, Codes, And Standards. All Services Provided Under This Contract Must Conform To The Standards And Specifications Of The Occupational Safety And Health Administration (osha), Nfpa, Va, And Original Equipment/material Manufacturer. Specific Tasks The Contractor Shall Complete The Following Tasks During All Phases Of Construction: The Contractor Shall Agree With And Adhere To The Va Requirements And Pace Of Procedures Or Processes Derived From All The Involved Services That May Affect This Project. The Contractor Shall Implement And Follow All Prescribed Ilsm And/or Icra Measures And Procedures During The Performance Of This Project. The Contractor Shall Be Responsible For Damages Caused By Its Personnel And Shall Notify The Cor Promptly Of Any Damages To Government Property. The Contractor Shall Remove All Trash And Debris Upon Completion Of The Work. Upon Completing All The Work Items, The Contractor Shall Conduct A Walkthrough With The Cor, Noting All Punch List Items. The Final Invoice Will Be Approved Once All Punch List Items Are Completed. Safety And Infection Prevention The Contractor Is Responsible For Submitting A Site-specific Safety Plan For The Project, Which Must Be Approved Before Work Can Begin. The Safety Plan Shall Include Activity Hazard Analyses (aha) As Needed. The Contractor Must Submit A Job-specific Heat Stress Plan, Which Must Be Approved Before Work Begins. C. The Contractor Is Responsible For Submitting A Job-specific Confined Space Entry Plan For The Project, Which Must Be Approved Before Work Can Begin. Appropriate Confined Space Training Certification Will Be Required For All Involved Workers. The Contractor Shall Be Thoroughly Familiar With Safety Rules And Regulations. A 30-hour Osha Competent Person Shall Be Present For All Work, And All Additional Workers Shall Have A Minimum 10-hour Osha Certification. All Skilled Trades Workers Performing Work For This Project Shall Have A Valid Certification For The Work And Tasks Being Performed. The Contractor Shall Submit A Hot Work Permit For Any Work That Involves Metal Cutting, Welding, Brazing, Grinding, Soldering, Or Chemical Welding. The Contractor Shall Also Establish Barriers While Conducting Hot Work In Areas Near Pedestrian Or Vehicle Traffic. The Contractor Shall Confine All Operations (including Storage/staging Of Materials) On Government Premises To Areas Authorized By The Cor. The Contractor Cannot Use Interstitial Spaces Or Mechanical Rooms As Storage Space. Contractors Are Responsible For Storing Their Tools, Equipment, And Materials Either In Conex Containers On The F Lot Or At The Cold Spring Road Va Facility. The Contractor Must Provide All Safety Measures To Re-route/guide Pedestrians And Vehicles While Restricting Or Blocking Routes Or Entrances By Means Of Signs, Cones, Fences, Etc. Coordination With The Cor And/or Va Police Shall Be Required Before Restrictions Or Closures. The Richard L. Roudebush Vamc Is A Smoke-free Facility, And It Is The Contractor S Responsibility To Maintain Compliance With This Policy At Construction Locations. All Work Associated With This Project Shall Be In Compliance With All Va Regulations Concerning Safety, Infection Control, Interim Life Safety, Personnel Access, And Proper Removal/safe Disposal Of Construction Waste And Debris. The Contractor Shall Provide A Monthly Waste Report In Compliance With Va Policy Requirements For Recycling And Waste Disposal. Security The Contractor, Personnel, And Subcontractors Shall Be Subject To Federal Laws, Regulations, Standards, Va Directives, And Handbooks Regarding Information And Information System Security. At Least Three (3) Weeks Before Work Starts, The Contractor Is Responsible For Submitting Information About Their Employees And Subcontractor Employees Who Will Be On-site For Background Checks And Badging. The Contractor Shall Always Wear A Va Badge When They Are On Va Property. The C&a Requirements Do Not Apply. A Security Accreditation Package Is Not Required. The Building Will Remain Fully Occupied During This Work. Temporary Measures Are Required To Maintain Access To And Security Of The Existing Building. The Contractor Shall Report To The Cor Whenever Contracted Employees Perform Work On Site. All Work Performed Outside Of Regular Business Hours Of Operation, Which Are 7:00 A.m. To 4:30 P.m. On Weekdays (monday Through Friday), Shall Be Coordinated With The Cor. The Contractor Is Responsible For The Physical Security Of Job Sites, Materials, Equipment, And Tools And For Daily Inspections For Organization And Cleanliness Prior To Exiting The Job Site. The Contractor Shall Secure All Materials, Equipment, And Tools Before, During, And After Service. The Government Assumes No Liability For Loss Or Damage Of Contractor-owned Property Held On Government Premises. The Contractor Is Responsible For Preventing Unauthorized Access To The Work Site During The Project's Duration. All Contractor-furnished Materials, Equipment, And Tools Used Shall Be Standard Products Of Manufacturers Regularly Engaged In The Production Of Such Items. The Contractor Will Coordinate All Dumpster Locations With The Cor Before The Start Of Work. The Contractor Shall Reimburse The Va For Any Fines And Costs Incurred Due To Noncompliance By Contractors. The Contractor Shall Limit The Number Of Vehicles On-site During All Project Phases. The F-lot Is The Dedicated Contractor Parking And Mobile Office Staging Area. This Lot Has Limited Space Depending On The Currently Active Projects. Contractors And Contractor Employees May Be Required To Carpool And Park At The Va S Cold Springs Road Facility Located At 2669 Cold Springs Road, Indianapolis, In 46222. Documents Employee Information The Contractor Shall Provide Information About Their Employees And Subcontractor Employees Who Will Be On-site For Background Checks And Badging At Least Three (3) Weeks Before Work Starts. Safety Plan The Contractor Shall Provide A Site-specific Safety Plan At Least Two (2) Weeks Before The Work Starts. Heat Stress Plan The Contractor Shall Provide A Job-specific Heat Stress Plan At Least Two (2) Weeks Before The Work Starts. Confined Space Entry Plan The Contractor Shall Provide A Job-specific Confined Space Entry Plan At Least Two (2) Weeks Before The Work Starts. Schedule The Contractor Shall Provide A Complete, Detailed, And Accurate Project Schedule At Least Two Weeks Before The Work Starts. The Schedule Will Require The Cor's Approval. Changes To The Schedule Must Be Approved 48 Hours Prior To The Change. Submittals The Contractor Shall Submit All Materials/products/prefabricated Items For Review And Approval By The Va Cor At Least Two (2) Weeks Before The Work Starts. The Contractor Shall Also Submit Any Alternate Or Replacement Materials/products/prefabricated Items With The Corresponding Specifications For Review And Approval By The Va Cor. Hot Work Permits - The Contractor Shall Submit Hot Work Permits At Least Two (2) Weeks In Advance. Utility Shutdown Permits - The Contractor Shall Submit Utility Shutdown Permits At Least Two (2) Weeks In Advance. Daily Logs - The Contractor Shall Submit Daily Logs To The Cor Daily. Daily Reports - The Contractor Shall Provide A Daily Report At The Conclusion Before The Next Workday. Rfi - If The Documents Are Unclear, Submit An Rfi For Clarification Or Additional Information.
Closing Date19 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|navsup|hs0|717-605-7043|daniel.c.shepley.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| time Of Delivery (june 1997)|20|clin 0001|9|374 Days Aro|||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo|n/a|to Be Determined (tbd)|n00104|tbd|tbd|see Schedule|tbd|||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||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity 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 ($100k)(feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|1|| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| buy American - Free Trade Agreements - Israeli Trade Act (nov 2023)|4||||| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American-free Trade Agreements--israeli Trade Act Certificate (nov 2023)|3|||| certification Regarding Knowledge Of Child Labor For Listed End Products(feb 2021))|4||||| annual Representations And Certifications (may 2024)|13|335931|600|||||||||||| cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| requirements For Submission Of Proposals Via Electronic Media (jan 2018)|1|electronic Mail - Excel And Word| type Of Contract (apr 1984)|1|firm-fixed Price (ffp)| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1|| the Offer Due Date For This Solicitation Is Hereby Extended To 4:30 Pm Eastern Usa Time On Friday, 14-february-2025. all Proposals Must Be Submitted By This Revised Due Date And Time As No Late Submittals Will Be Accepted. all Other Terms And Conditions Remain Unchanged. \ all Freight Is Fob Origin. this Solicitation Is For A Buy. Verify Nomenclature, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. o Unit Price: __________ Firm o Extended Total Price: __________ Firm o Offer Valid For: ________ (days) (desired Is 210 Days / Minimum Is 180) o Procurement Turnaround Time In Days (ptat / Lead Time): __________ o Awardee Cage: __________ o Government Source Inspection Cage, If Not At Source: __________ o Final Acceptance / Packaging Cage, If Not At Source: __________ o Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example): ________________ important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is Authorized As An Authorized Distributor Of Their Items. submit Your Offer No Later Than Due Date And Time Specified In The Solicitation. Late Proposals Will Not Be Accepted. offerors Should Submit All Questions No Later Than One (1) Week Prior To The Initial Solicitation Closing Date. The Government Is Not Required To Answer Questions Received After This Date. Unless Otherwise Stated In An Amendment, Extensions To The Solicitation due Date Will Not Extend The Date For Questions From Potential Offerors. the Government Intends To Award A Single Contract Under This Request For Proposal (rfp). The Government Also Intends To Award Without Discussion, So All Questions Or Requested Amendments Should Be Addressed Prior To Closing. The Government Reserves The Right To contact Offerors For Clarification, Or Conduct Discussions If The Procurement Contracting Officer Determines Discussions Necessary In Accordance With Far 15.306(a). \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Power Supply . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Power Supply Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;32770 508-00562-00; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective 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 7 (seven) Seperate 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. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Closing Soon14 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Presolicitation Notice naics Code: 236220 – Commercial And Institutional Building Construction the 167th Airlift Wing Intends To Issue An Invitation For Bids (ifb) To Award A Single Firm-fixed-price (ffp) contract For Services, Non-personal, To Provide All Plant, Labor, Transportation, Materials, Tools, Equipment, appliances, And Supervision Necessary For The Renovation Of Bldg 309 For Operations And Training In martinsburg, Wv. This Project Will Include: Renovation (roughly 29,109 Sq Ft) Of An Existing Two-story Facility to Relocate Headquarters Functions. Work Includes Interior Wall Relocation, And Necessary Relocation/ upgrade Of Electrical, Hvac, Mechanical, And Fire Protection Systems. Secure Briefing Spaces will Be Required In The Command Post Area, Which Shall Comply With Icd 705 Requirements. The Following options Are Included In This Project: (1) Window Shades And Blinds, (2) Wire Mesh Partitions, (3) communication Wiring, (4) Command Post Bathroom, (5) Financial Suite, And (6) Flight Service. the Contract Duration Is 550 Days After The Notice To Proceed (ntp). This Project Is Set-aside 100% For small Businesses. The North American Industry Classification (naics) Code Is 236220 With A Size standard Of $45,000,000.00. The Magnitude Of Construction Is Between $1,000,000 And $5,000,000. your Attention Is Directed To Far Clause 52.219-14(e)(3), Limitations On Subcontracting, Which states “by Submission Of An Offer And Execution Of A Contract, The Offeror/contractor Agrees In performance Of The Contract In The Case Of A Contract For General Construction, It Will Not Pay More Than 85 percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, to Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further subcontracts Will Count Toward The 85 Percent Subcontract Amount That Cannot Be Exceeded”. the Tentative Date For Issuing The Solicitation Is On-or-about 15 April 2025. The Tentative Date For The Prebid conference Is On-or-about 4 May 2025, 9:00 Am Local Time, Location Will Be In The Solicitation. interested Contractors Are Encouraged To Attend And Shall Follow Conference Registration And Base Access requirements Shown In The Solicitation. A Site Visit Will Follow The Pre-bid Conference. All Questions For The pre-bid Conference Must Be Submitted By 13 May 2025 Via Email To Ryan.belfield@us.af.mil And christopher.broschart@us.af.mil. the Bid Opening Date Is Scheduled For On-or-about 3 June 2025. Actual Dates And Times Will Be Identified in The Solicitation. Interested Offerors Must Be Registered In The System For Award Management (sam). To register Go To Www.sam.gov. Instructions For Registering Are On The Web Page (there Is No Fee For registration). the Solicitation And Associated Information And The Plans And Specifications Will Be Available Only From The contract Opportunities Page At Sam.gov. disclaimer: The Official Plans And Specifications Will Be Located On The Official Government Webpage and The Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when issued Will Be Posted To Contract Opportunities For Electronic Downloading. This Will Normally Be The Only method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The website Periodically For Any Amendments To The Solicitation. Websites Are Occasionally Inaccessible, Due To various Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Not Issue paper Copies.
Closing Date14 Apr 2025
Tender AmountRefer Documents 

Army General Staff Tender

Others
Corrigendum : Tender Amount Updated
Portugal
Description: 4024037107/da/z0028/2024-ativred - Acquisition, Transportation And Delivery, In Batches, Of Meals Prepared In Army Units For Days Of Reduced Activity, In The Period From July 1, 2025 To June 30, 2028
Closing Soon17 Feb 2025
Tender AmountEUR 2.5 Million (USD 2.6 Million)

ANIMAL AND PLANT HEALTH INSPECTION SERVICE USA Tender

Others
United States
Details: Please Note That This Is Not A Request For Quotes Or Proposals, No Solicitation Exists At This Time. this Synopsis Is For Information And Planning Purposes And Is Not To Be Construed As A Commitment By The U.s. Government, Nor Will The U.s. Government Pay For Information Solicited the U.s. Department Of Agriculture, Animal Plant Health Inspection Services, Agricultural Marketing Services, National Science Lab In Gastonia, Nc Is In Need Of A Firm Fixed Priced Commercial Service Contract For Rental Of Two (2) Eight Yard Dumpster With Pickup Two Times Weekly For Twelve Months Starting Jan 1 Of 2025. The Desired Pick Up Days Will Be Wednesday And Friday (negotiable) the United States Department Of Agriculture (usda), Agricultural Marketing Service (ams) Facility Houses Two Federal Government Agencies: The Ams Science & Technology National Science Laboratory With 27 Employees And The Ams Livestock And Seed Program With 16 Employees. location Of Services: usda/ams/s & T /ld/ Natl Sci Lab 801 Summit Crossing Place suite B gastonia, Nc 28054 • Please Check Location Address And Be Sure Transportation Cost Is Feasible. There Will Be No Reimbursement For Transportation Or Communication Costs For This Location. • The Vendor Must Meet All Qualifications Set Forth By The City Of Gastonia And State Of North Carolina To Provide Such Services. interested Sources Please Complete And Return Attachment 1 Price Estimate To The Contracting Office. Telephonic Inquiries Will Not Be Honored. Please Email All Questions Regarding Subject Item(s) Prior To Sources Sought Closing Date To Carol.dingess@usda.gov. Small Business Concerns Are Encouraged To Participate. This Is Not A Request For Competitive Proposals, But Instead A Market Research Method To Determine Interested Sources. No Requests For Capability Briefings Will Be Honored As A Result Of This Notice. Interested Sources Who Submit Data Are Responsible For Appropriately Marking Information If It Is Proprietary In Nature. Any Submission Of Information Or Materials Will Be Provided On A Strictly Voluntary Basis And Are Non Reimbursible. please Email Attachment 1 To Carol Dingess At Carol.dingess@usda.gov. Please Be Sure To Include Notice # Ss25q0017 On Subject Line. Closing Date For Submissions Of Statement’s Of Capability Is 11/25/2024 4:00pm (est). anyone Wishing To Do Business With The Usda Must Be Listed In The Government’s System For Award Management Registrar Now Known As Sam. You May Register On Line With Http://sam.gov a Prospective Awardee Shall Be Registered In The Sam Database Prior To Award, During Performance And Through Final Payment Of Any Contract Resulting From A Solicitation. Vendors May Obtain Information On Registration And Annual Confirmation Requirements Via The Sam Database Accessed Through Http://sam.gov Or By Calling The Contractors Registration Hotline @ 1-866-606-8220 ****sam Registration Is Free**** the Associated North American Industrial Classification System (naics) Code For This Requirement Is 562111 –waste And Disposal. The Small Business Size Category Is $ 47 Mil the Usda Buying Activity Is Committed To Participation Of Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business (including 8(a) Participants), And Women-owned Small Business Concerns In The Performance Of Work Under Solicitations And Resultant Contracts. the Government Intends To Provide All Information Regarding This Notice Via This Web Site . The Federal Government Is Not Responsible For Notifications To Offerors Regarding Notices, Solicitations Or Amendments. It Is The Responsibility Of Interested Parties To Check This Web Site Www.sam.gov Periodically For Updates. Telephone And Email Requests Will Not Be Accepted
Closing Date25 Nov 2025
Tender AmountRefer Documents 
3111-3120 of 4577 active Tenders