Transportation Tenders
Transportation Tenders
Department Of Energy Tender
Civil And Construction...+2Excavation, Water Storage And Supply
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents
Details: Note: This Will Be A Sealed Bidding Solicitation, All Responses To This Invitation For Bid (ifb) Shall Be Submitted Via Fedconnect Only (email Proposals Will Not Be Accepted).the Western Area Power Adminiistration (wapa), Rocky Mountain Region (rmr) Has A Requirement For A Contractor To Provide Labor, Materials, Tools, Equipment, Transportation, And Other Resources Necessary To Complete This Project.the Principal Componenets Of Work Include The Following:construction Of A New 115-kv Switching Station Consisting Of Three (3) Breaker Ring Bus On The Erie – Hoyt – Willoby Transmission Lines, Associated Electrical Equipment, Structures, Foundations, Prefabricated Control Building Foundation, Site Development And 0.3-miles Of 115-kv Transmission Line For Approach Spans Into Switching Station; Removing 0.3-miles Of 115-kv Transmission Line; Fiber Optic Installation Including Fiber Optic Cable(s), Fiber Splicing And All Associated Fiber Equipment For Sand Creek Switching Station Stage 01.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date28 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||||||
desired And Required Time Of Delivery (june 1997)|29|0001|18|180|||||||||||||||||||||||||||
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||||||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
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||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
small Business Program Representations (feb 2024)|4|||x||
annual Representations And Certifications (may 2024)|13|335311|800||||||||||||
instructions To Offerors -- Competitive Acquisition (nov 2021)|2|||
facsimile Proposals (oct 1997)|1|717-605-3211|
type Of Contract (apr 1984)|1|firm-fixed Price|
alterations In Solicitation (apr 1984)|3||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Offer Due Date Is Hereby Extended To 28 Feb 2025.
the Offer Due Date Is Hereby Extended To 07 Feb 2025.
1.) 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.
2.) Unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Uotation.
please Specify (if Other Than 60 Days) ______________ Days.
3.) In Order For Your Offer To Be Considered, You Must Submit The Entire Rfp Completed And Signed, Prior To The Closing Date/time Listed On The Rfp. Neco Offers Will Not Be Accepted.
4.) Technical Documents Associated With This Solicitation, Such As Drawings, Individual Repair Part Ordering Data (irpod), Strs And Other Procurement Related Documents May Be Obtained At Https://logistics.unnpp.gov/ecommerce. This Website Requires A Password And
pre-registration. Please Contact The E-commerce Help Desk At 518-395-4357 To Register Or For Help Logging Into The Website.
a Hard Copy Of The Individual Repair Part Ordering Data (irpod) And/or Drawings Will Not Be Mailed To You.
5.) To Request A Copy Of The Solicitation, Please Contact The Contracting Officer Listed And Provide Your Cage Code.
\
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.
technical Documents Associated To This Solicitation Or Award Such As; Drawings,technical Data, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At
the Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To The Award. This Website Requires A Password And
pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator.
3. Requirements
3.1 Manufacture And Design - The Assy, Ups 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: ;cgi Federal Inc (9x833); .
b. Drawing: ;09203073; .
c. Piece Number: ;-02; . Revision: ; ; .
d. Part Number: ;09203073-02; .
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. ;.; .
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).
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date14 Mar 2025
Tender AmountRefer Documents
Description: Contact Information|4|n761.17|mba|215-697-3972|peter.kobryn@navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
higher-level Contract Quality Requirement|8|x||||||||
inspection And Acceptance Of Supplies|26|x||||||||||||x||||||||||||||
time Of Delivery (june 1997)|20|||||||||||||||||||||
stop-work Order (aug 1989)|1||
fms Delivery And Shipping Instructions|3|||x|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type|source/source|tbd|n00383|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect|||||
small Business Subcontracting Plan (sep 2023)|4|||||
equal Opportuity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
limitation Of Liability--high-value Items (feb 1997)|1||
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|335999|large (600 Employees)|||||||||||
cost Accounting Standard Notices And Certification (deviation 2018-o0015)(may 2018))|1||
instructions To Offerors--competitive Acquisition (nov 2021)|2|||
facsimile Proposals (oct 1997)|1||
notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x|
the Purpose Of This Amendment Is To Extend The Proposal Submittal Date To March 14, 2025. All Other Terms And Conditions For This Solicitation Remain The Same.
this Solicitation Is For The Furnishing Of : Hvps
nsn: 7rh 6130 016102269 E7
pn:561r301h04 / 1316100g4
quantity: 2 Ea
please Submit Proposal Via Email To Peter.kobryn@navy.mil By The Due Date Specified.
this Item Requires A Government Source Of Approval Prior To Award. If You Are Not An Approved Source, You Must Submit, Together With Your Proposal, The Information Detailed In The Navsup Wss Source Approval Brochure Which Can Be Obtained Online At H
https://www.navsup.navy.mil/public/navsup/wss/business_opps/ Under "commodities". Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A
source Approval Request Submitted Hereunder Cannot Be Processed In Time And / Or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of Requirement May Be Continued Based On Fleet Support Needs.
\
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date9 Dec 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Items And Services Prepared In Accordance With (iaw) The Format In Subpart 12.6 “streamlined Procedures For Evaluation And Solicitation For Commercial Items”, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. the Purpose Of This Requirement Is To Provide The Fleet Readiness Center South West (frcsw) Preventative Maintenance And Service On Eighteen (18) Machines Manufactured By Dmg Mori, Mori Seiki, And Fastems. The Work To Be Performed Under The Contract Will Include Preventative Maintenance, Emergent Service And Scheduled Service Repairs, And Over And Above Work. set Aside: None. This Will Be A Full And Open Competition. Naics Code For This Announcement Is 811310. solicitation Closing Date: All Proposals Must Be Received By The Closing Date/time On December 9, 2024 At 4:00 Pm Est. Preferred Delivery Method For Submission Of Your Proposal Is Via Dod Safe. A Dod Safe Link Will Be Provided By Contacting Amanda Taylor, At Email: Amanda.j.taylor80.civ@us.navy.mil. Requests Shall Be Made Within 7 Calendar Days Of The Closing Of The Solicitation. Proposals Shall Include At A Minimum, The Following: unit Pricing Per Line Item As Shown On The Separately Attached Schedule Of Items Table; vendor Contact Name, Phone Number And Email Address company Cage Code And Duns Number/unique Entity Id Number business Size: Small/large/other: _______________ to Obtain Or Renew A Duns Number And/or Cage Code, Please Visit Https://beta.sam.gov/. all Companies Must Be Registered In The System For Award Management At Https://beta.sam.gov/ To Be Considered For Award. The Government Will Not Provide Contract Financing For This Acquisition. Invoice Instructions Shall Be Provided At Time Of Award note: A Price Matrix Table Has Been Provided As A Separate Attachment To Assist With Supplying The Required Pricing And Vendor Contact Information. contract Type: Under Far Part 13.5 The Government Intends To Award A Single Firm Fixed Price (ffp) Contract. description Of Requirement: the Commander, Fleet Readiness Center (comfrc) Procurement Group (pg), In Support Of The Fleet Readiness Center Southwest (frcsw) – North Island, Intends To Procure Preventative Maintenance And Emergent Repair Services For 18 Cnc Machines Manufactured By The Following: Dmg Mori, Dmg Mori/burener Maschinenfabrik, Mori Seiki, And Fastems. The Requirement Will Include Providing Preventative Maintenance, Emergent And/or Scheduled Maintenance, And Over And Above Work. please See Attached Statement Of Work And Cdrls For Full Requirements warranties: A Warranty Shall Be Provided For A Minimum Of Twelve (12) Months (e.g. 365 Days) That Follows “start-up, System(s) Testing, And Acceptance/recognition Of Project Completion,” By The Government And Final Payment Acceptance By The Contractor. Please See Attached Statement Of Work For Additional Warranty Requirements. place Of Performance, Inspection, And Acceptance: Deliver Fob Destination, Services Shall Start No Later Than Fifteen (15) Days From Date Of Contract Award. address For Delivery And Place Of Performance: Frcsw Nas North Island Bldgs 347 And 472, San Diego, Ca 92135 list Any Acceptance Criteria: All Or None Basis. conformance To Sow: You Must Provide The Supplies And Services In Accordance With The Statement Of Work. Unless An Exception Is Specifically Noted Within Your Proposal, Your Proposal Will Be Considered To Be In Complete Conformance To The Solicited Requirements. submissions: The Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition, And Is Amended As Follows: the Offeror Agrees To Hold The Prices In Its Offer Firm For 120 Calendar Days From The Date Specified For Receipt Of Offers. the Response Will Consist Of The Following: part I – The Proposal Consists Of A Cover Page That Is Signed And Includes The Authorizing Point-of-contact. In Doing So, The Offeror Agrees To The Contract Terms And Conditions As Written In The Solicitation, With Attachments. The Cover Letter May State Any Delineating Exceptions Taken To The Solicitation Terms And Conditions With Accompanying Rationale. However, Offerors Are Cautioned That Any Noncompliance With The Terms And Conditions Of The Solicitation May Cause Their Quote To Be Determined Not Eligible For Award. Offerors Shall Ensure That All Clauses And Provisions That Require "fill In" Information Are Appropriately Completed (attachment 4). part Ii - Price - Submit One (1) Electronic Copy Of The Completed Price Matrix (attachment 3) (electronic Copies Must Be Compatible With Microsoft Excel). basis For Selection: Pursuant To Far 12.603, Contract Award Will Be Made Using Simplified Acquisition Procedures In Accordance With Far 13.5. Offeror’s Submissions Will Be Evaluated Based Upon The Following: technical: Offeror Shall Clearly Demonstrate Its Technical Approach To Meet The Requirements Of Clin/line Items Based On The Requirements Of The Request For Proposal, Quantity, Quality And Timeliness Of Delivery. price: The Offeror Shall Complete Clin Pricing Matrix, Attachment 4, Of This Solicitation. In Addition To The Completed Clin Pricing On Page One (1), The Offeror Shall Provide Sufficient Price Information To Allow The Contracting Officer To Determine The Completeness And Reasonableness Of The Offerors Prices. far 52.212-2, Evaluation - Commercial Items, Applies To This Acquisition And Is Amended As Follows: the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Will Be Used To Evaluate Offers: factor: (1) Technical (2) Price technical Is Less Significant Than Price. options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer's Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Unless A Written Notice Of Withdrawal Is Received Before Award. this Is A Competitive Lowest Price, Technically Acceptable Acquisition Following Simplified Acquisition Procedures Iaw Far Subpart 13.5 In Which Competing Offerors Price Will Be Evaluated On A Basis Significantly More Important Than Technical. By Submission Of Its Offer In Accordance With The Instructions Provided In Clause Far 52.212-1, Instructions To Offerors, The Offeror Accedes To The Terms Of This Model Contract And All Such Offers Shall Be Treated Equally Except For Their Prices And Technical Records. Offerors Must Clearly Identify Any Exception To The Solicitation Terms And Conditions And Provide Complete Accompanying Rationale. The Evaluation Process Shall Proceed As Follows: price Evaluation. All Offerors Will Be Ranked According To Price In Order Of Lowest To Highest Based On Their Total Evaluation Price, Including Option Prices. An Offeror’s Total Price Will Be Determined By Adding Together The 12-month Price For The Line Items For Preventive Maintenance For The Base Year And Each Option Period. the 6-month Extension Of Services Is Iaw Far 52.217-8, "option To Extend Services" And Will Only Be Utilized If Necessary. The 6-month Extension Of Services Is Not Considered Part Of Option Period 4 And Will Be A Separate Option Exercise If It Is Utilized. However, Proposed Pricing For The 6-month Extension Will Be Based On Option Period 4 Pricing. technical Evaluation. Beginning With The Lowest Priced Offer, The Contracting Officer Will Seek Recent And Relevant Technical Information On All Offers Based On The References Provided By The Offeror, If The Lowest Priced Evaluated Offer Is Judged Technically Acceptable, Then That Offer Represents The Best Value For The Government And The Evaluation Process Stops At This Point. Award Shall Be Made To That Offeror Without Further Consideration Of Any Other Offers. If The Lowest Priced Offeror Is Not Judged Technically Acceptable, The Next Lowest Priced Offeror Will Be Evaluated, And The Process Will Continue (in Order By Price) Until An Offeror Is Judged Technically Acceptable Or Until All Offerors Are Evaluated. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, With Its Offer (attachment 3). discussions: The Government Intends To Award A Purchase Order Without Discussions With Respective Vendors. The Government However, Reserves The Right To Conduct Discussions/interchanges If Deemed In Its Best Interest. Communication Conducted To Resolve Minor Or Clerical Errors Will Not Constitute Interchanges And The Contracting Officer Reserves The Right To Award A Contract Without The Opportunity For Revision. The Government Reserves The Right To Hold Interchanges Using Interchange Notices (ins) If, During The Evaluation, It Is Determined To Be In The Best Interest Of The Government. Offeror Responses To Ins Will Be Considered In Making The Award Decision. The Government May Conduct Interchanges With One, Some, None, Or All Vendors At Its Discretion. cost Of Proposals: Expenses Incurred In The Preparation Of Proposals In Response To This Rfp Are The Vendor’s Sole Responsibility And Not Reimbursable By The Government. invoicing And Payment: Invoices Shall Be Submitted As A 2-in-1 Or Combo Invoice Via Wide Area Workflow (wawf) To A Wawf Acceptor That Will Be Identified In The Resulting Contract Per Dfars Clause 252.232-7006 Wide Area Work Flow. It Is The Contractor’s Responsibility To Register In The Wawf System In Order To Insure Prompt Payment. Once The Invoice Is Received In Wawf, The Acceptor Will Review And If Correct Accept It For Payment. applicable Provisions And Clauses: The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-07. The Government Intends To Include The Following Far And Dfar Clauses And Provisions, Either By Reference Or In Full Text In The Resulting Award. note: The Far And Dfars Clauses May Be Accessed In Full Text At Http://www.acquisition.gov/browse/index/far. provisions By Reference: 52.203-11 certification And Disclosure Regarding Payments To Influence Certain Federal Transactions sep 2007 52.204-7 system For Award Management oct 2018 52.204-16 commercial And Government Entity Code Reporting aug 2020 52.204-17 ownership And Control Of Offeror aug 2020 52.204-20 predecessor Of Offeror aug 2020 52.209-7 information Regarding Responsibility Matters oct 2018 52.209-11 representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law feb 2016 52.212-1 instructions To Offerors – Commercial Items dec 2021 52.212-3 offeror Representations And Certifications—commercial Items dec 2021 52.217-5 evaluation Of Options jul 1990 52.222-25 affirmative Action Compliance apr 1984 52.223-22 public Disclosure Of Greenhouse Gas Emissions And Reduction Goals – Representation dec 2016 52.225-25 prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran – Representation jun 2020 252.203-7005 representation Relating To Compensation Of Former Dod Officials nov 2011 252.204-7008 compliance Safeguarding Covered Defense Information Controls oct 2016 252.204-7016 covered Defense Telecommunications Equipment Or Services- Representations dec 2019 252.204-7017 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services- Representation may 2021 252.204-7019 notice Of Nist So 800-171 Dod Assessment Requirements nov 2020 252.204-7024 notice On The Use Of The Supplier Performance Risk System mar 2023 252.225-7974 representation Regarding Persons That Have Business Operations With The Maduro Regime (deviation 2020-o0005) feb 2020 clauses By Reference: 52.203-6 restrictions On Subcontractor Sales To The Government jun 2020 52.203-12 limitation On Payments To Influence Certain Federal Transactions jun 2020 52.204-9 personal Identity Verification Of Contractor Personnel jan 2011 52.204-13 system For Award Management Maintenance oct 2018 52.204-18 commercial And Government Entity Code Maintenance aug 2020 52.204-19 incorporation By Reference Of Representation And Certifications dec 2014 52.204-21 basic Safeguarding Of Covered Contractor Information Systems nov 2021 52.209-2 prohibition On Contracting With Inverted Domestic Corporations nov 2015 52.209-6 protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarrment nov 2021 52.211-6 brand Name Or Equal aug 1999 52.212-1 instructions To Offerors-commercial Products And Commercial Services nov 2021 52.212-3 Alt I offeror Representations And Certifications- Commercial Products And Services Alternative I nov 2021 52.212-4 contract Terms And Conditions – Commercial Items dec 2021 52.226-8 encouraging Contractor Policies To Ban Txt Messaging While Driving may 2024 52.232-1 payments apr 1984 52.232-39 unenforceability Of Unauthorized Obligations jun 2013 52.232-40 providing Accelerated Payments To Small Business Subcontractors dec 2021 52.233-3 protest After Award aug 1996 52.233-4 applicable Law For Breach Of Contract Claim oct 2004 52.244-6 subcontracts For Commercial Items jan 2022 52.245-1 government Property jan 2017 52.245-9 use And Charges apr 2012 52.246-4 inspection Of Services – Fixed Price aug 1996 52.247-34 f.o.b. Destination nov 1991 52.249-2 termination For Convenience Of The Government (fixed Price) apr 2012 52.252-2 clauses Incorporated By Reference feb 1998 52.253-1 computer Generated Forms jan 1991 252.201-7000 contracting Officer’s Representative dec 1991 252.203-7000 requirements Relating To Compensation Of Former Dod Officials sep 2011 252.203-7002 requirement To Inform Employees Of Whistleblower Rights sep 2013 252.204-7002 payment For Contract Line Or Subline Items Not Separately Priced apr 2020 252.204-7003 control Of Government Personnel Work Product apr 1992 252.204-7004 dod Antiterrorism Awareness Training For Contractors feb 2019 252.204-7012 safeguarding Of Unclassified Controlled Technical Information dec 2019 252.204-7015 notice Of Authorized Disclosure Of Information To Litigation Support Contractors may 2016 252.204-7018 prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services jan 2021 252.204-7020 nist Sp 800-171 Dod Assessment Requirements nov 2020 252.211-7003 item Unique Identification And Valuation mar 2016 252.211-7007 reporting Of Government Furnished Property aug 2012 252.223-7008 prohibition Of Hexavalent Chromium jun 2013 252.225-7001 buy American And Balance Of Payments Program dec 2017 252.225-7048 export-controlled Items jun 2013 252.227-7015 technical Data—commercial Items feb 2014 252.227-7037 validation Of Restrictive Markings On Technical Data sep 2016 252.232-7003 electronic Submission Of Payment Requests And Receiving Reports dec 2018 252.232-7006 wide Area Workflow Payment Instructions dec 2018 252.232-7010 levies On Contract Payments dec 2006 252.232-7017 accelerating Payments To Small Business Subcontractors—prohibition On Fees And Consideration apr 2020 252.244-7000 subcontracts For Commercial Items jan 2021 252.246-7008 sources Of Electronic Parts may 2018 252.247-7023 transportation Of Supplies By Sea – Basic feb 2019 incorporated By Full Text: The Following Provisions And Clauses In Full Text Have Been Separately Attached: 52.204-24 representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment dec 2021 52.204-25 prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment dec 2021 52.204-26 covered Telecommunications Equipment Or Services – Representation oct 2020 52.212-5 contract Terms And Conditions Required To Implement Statues Or Executive Orders – Commercial Items jan 2022 52.217-8 option To Extend Services nov 1999 52.217-9 option To Extend The Term Of The Contract mar 2000 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 Deviation In Clauses nov 2020 questions And Inquiries Concerning This Rfp: All Questions And Inquiries Concerning Any Aspect Of This Requirement Must Be Submitted In Writing To Amanda Taylor And Tiffany Crayle, Amanda.j.taylor80.civ@us.navy.mil; Tiffany.l.crayle.civ@us.navy.mil. Telephone Requests Will Not Be Honored. Deadline For Submittal Of Questions Is December 2, 2024 At 4:00 Pm Est. The Government’s Response To Inquiries Will Be Made In Writing. Any Resulting Additions, Deletions Or Changes To The Rfp Will Be Updated On This Sam.gov Posting. please Note: A Proposal Does Not Constitute An Award; Therefore, An Obligation To Your Company Is Not Official Until You Receive An Awarded Contract. attachments: attachment 1: Statement Of Work attachment 2: Contract Data Requirement List (cdrls) attachment 3: Price Matrix attachment 4: Clauses And Provisions Incorporated By Full Text
DEPT OF THE ARMY USA Tender
Others
United States
Closing Soon17 Feb 2025
Tender AmountRefer Documents
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.
STATE, DEPARTMENT OF USA Tender
Others
United States
Closing Date20 Mar 2025
Tender AmountRefer Documents
Details: The U.s. Embassy In Mexico City, Mexico, Has A Requirement For Packing And Moving Services To Relocate Embassy Operations To The New Office Building (nob), Located In Colonia Irrigación, Miguel Hidalgo, Cp 11500 In Mexico City, Mexico. Embassy Operations Are Currently Conducted At Four (4) Different Locations In Mexico City. Following The Completion Of Construction Of The Nob, The Equipment, Personal Effects, And Other Embassy Property At The Current Locations Shall Be Moved To The Nob. This Includes Moving Several Offices, Equipment, Workshops, Boxes, Among Others, To The Nob Address. the Contractor Shall Furnish All Managerial, Administrative, Direct Labor Personnel, Materials And Transportation As Well As Adhere To All Safety Requirements Per Local Law That Are Necessary To Accomplish All Required Services. the Anticipated Performance Period Is Within Four Months Of The Move Start Date Specified In The Contract. All Responsible Sources May Submit A Proposal, Which Will Be Considered As Long As It Complies With The Rfp Requirements. the Government May Award The Contract Based On The Initial Offer Without Discussion. The Resultant Contract Will Be A Single Award Firm Fixed-price Contract Payable Entirely In Mxp Currency. the Government Is Planning A Site Visit And Pre-proposal Conference And The Dates For This Conference Will Be In The Solicitation. Note That The Site Visit Is Expected To Span A Full 3 Days.each Day Will Detail Different Locations Involved In This Solicitation. pursuant To Far 4.1102(a) Offerors Are Required To Be Registered In Sam At The Time An Offer Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. Therefore, You Are Encouraged To Complete The Registration Process And Have An Active Account In Sam.gov Prior To Proposal Submission. the Guidelines For Registration In Sam Are Also Available At: https://sam.gov/content/entity-landing electronic Submission/responses: this Opportunity Allows For Electronic Responses. Please Submit Your Proposal Prior To The Response Date And Time.
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E.| Inspection Of Supplies--fixed-price (aug 1996)|2||| Inspection And Acceptance - Short Version|8|x||x|||||| Desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|2|301|clin 0001ab |2|301|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|tbd|w25g1u Qty 2; W62g2t Qty 2 |tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Equal Opportunity (sep 2016)|2||| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| Warranty Of Data--basic (mar 2014)|2||| 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|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| Annual Representations And Certifications (may 2024)|13|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.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 Inthe 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. 4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 6.any Contract Awarded As A Result Of This Solicitation Will Be Do Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,assembly . 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. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. Drawing Data=1909993 |78062| -|1n |d|0001 | -|49998|0054747 Drawing Data=20863-001 |78062| C| |d|0001 | C|49998|1705700 Document Ref Data=mil-std-130 | | |k |000115|a| | | Document Ref Data=mil-i-45208 | | |a |810724|a| 1| | Document Ref Data=iso9001 | | | |010417|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,assembly Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 20863-001 ; 3.2 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130. 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 Spcc Contracting Officer Has Been 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, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The 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/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not Effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable. 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. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material Will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The Contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting Officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of Contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are Located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A Polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The Requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A Component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface Ship Atmosphere. 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 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection System Acceptable To The Governmnet. The Inspection System Requirements Shall Be In Accordance With Mil-i-45208. 4.3 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. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During The Performance Of The Contract And For A Period Of Four Years 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. A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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 Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
USTRANSCOM USA Tender
Transportation and Logistics
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Rotary Wing Air Transportation Services, Fort Irwin Ca
DEPT OF THE ARMY USA Tender
Others
United States
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Description: U.s. Army Corps Of Engineers, Southwestern Division (swd), Tulsa District (swt) Has Issued A Commercial Solicitation, W912bv25q0023 For Refuse Removal Services For Eufaula Lake, Oklahoma. The Work Required Under This Specification Provides For Labor, Supervision, Transportation, Equipment, And Supplies To Perform Refuse Pickup At Designated Areas Of Eufaula Lake Project. The Solicitation Will Be Issued As A 100% Small Business Set-aside. The North American Industrial Classification System (naics) Code Is 562211. Contractors Must Have An Active Registration In The System For Award Management (sam) At Time Of Quote In Order To Receive A Government Contract Award. Sam Registration Must Also Be Active At Time Of Award In Order To Receive A Government Contract Award. Sam Registrations Shall Remain Active Throughout Contract Performance In Order To Comply With The Annual Representations And Certifications Requirements. To Register, The Sam.gov Internet Address Is: Https://sam.gov/ The Solicitation Will Be Issued Via Internet Only On The Piee Website At Https://piee.eb.mil/. It Is The Contractor?s Responsibility To Monitor The Above-listed Internet Address For Any Posted Changes. All Amendments Posted Shall Be Signed And Submitted With The Quote.
Florida Department Of Transportation fdot Tender
Security and Emergency Services
United States
Closing Date3 Apr 2025
Tender AmountRefer Documents
Purchaser Name: Florida Department Of Transportation fdot | Incident Relocation And Clearance Services (ircs) For District Five
3161-3170 of 4663 active Tenders