Transportation Tenders
Transportation Tenders
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Details: 2ea Pdc Diaphragm Machine Compressors
all Quotes Submitted In Response To This Announcement Shall Be Reviewed If Submitted By The Close Date. Rfq Must Include Supporting Documents: Capabilities Statement, Proof Of Past Performance For Similar Work, And Cage Code.
subj: Sole Source Memorandum To Procure Pdc Machine Compressors (pr 1301223832)
identification Of The Agency And The Contracting Activity, And Specific Identification Of The Document As A “limited Source Justification.”
this Is A Sole Source Justification. Contracting Activity Is The Naval Sea Systems Command, Naval Surface Warfare Center, Panama City Division (nswc Pcd), 110 Vernon Avenue, Panama City, Fl 32407-7001 (contracts Department Code 02).
nature And/or Description Of The Action Being Approved.
this Action Will Award A Purchase Order, On A Sole Source Basis, To Pdc Machines For The Items Listed In Paragraph 3 Of This Document.
a Description Of The Supplies Or Services Required To Meet The Agency’s Needs (including The Estimated Value).
nswc Pcd Currently Has A Need To Procure The Following Item(s):
item: Pdc-4-2500(150)-3500(150)
description: Diaphragm Compressor, Complete Basic System With As Detailed In Specification Attached.
qty: 2
this Acquisition Will Be Conducted Using Simplified Acquisition Procedures With A Total Estimated Value Greater Than $250,000. The Government's Minimum Needs Have Been Verified By The Certifying Technical And Requirements Personnel. This Memo Does Not Authorize Acquisition For Other Requirements. (redacted)
identification Of The Justification Rationale And, If Applicable, A Demonstration Of The Proposed Contractor’s Unique Qualifications To Provide The Required Supply Orservice. 10 U.s.c. 2304(c)(1), 10 U.s.c. 2304(d)(1)(b). Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements Far 6.302-1(a)(2)(iii).
the Naval Surface Warfare Center Panama City Division (nswc Pcd) Currently Has A Requirement For The Items Listed In Paragraph 3 Of This Document. With Pdc Machines Compressors Currently In Operation And Maintained By The Project Team. Procuring The Same Brand Ensures Consistency In Testing Procedures And Results. Introducing A Different Brand Risks Variations In Test Results, Potentially Jeopardizing The Pressure System's Integrity. Additionally,
these Are The Only Brand That Meet The Space, Purity, And Pressure Output For This Mission. This Risk Of Utilizing Alternate Pump Is Unacceptable As It Could Endanger Personnel Due To Variances In Testing Results, Even Leading To Fatalities. Furthermore, A Brand Change Necessitates Significant Building And Piping Modifications, Causing Unplanned Expenses And System Downtime.
therefore, Acquiring Pdc Machines Compressors Directly From The Manufacturer Is In The Government's Best Interest. This Approach Maintains System Consistency, Minimizes Risk, And Ensures The Safety Of All Personnel.
as Such, The Government Does Not Expect Significant Savings Through Competition And Does Expect Significant And Unacceptable Delays That Will Negatively Impact This Requirement.
therefore, It Is In The Governments’ Best Interest To Acquire The Compressors From Pdc Machines.
a Determination By The Ordering Activity Contracting Officer That The Order Represents The Best Value Consistent With Far 13.106-1(b).
the Contracting Officer Has Determined That The Order Represents The Best Value And Results In The Lowest Overall Cost Alternative (considering Price, Special Features, Administrative Costs, Etc.) To Meet The Government’s Needs.
a Description Of The Market Research Conducted Among Schedule Holders And The Results Or A Statement Of The Reason Market Research Was Not Conducted.
for The Reasons Specified In Paragraph 4 Above, Pdc Machines Is The Only Source That Can Meet The Government’s Needs. This Requirement Will Be Synopsized In The Government Point Of Entry Sam.gov Because It Is Estimated To Be Greater Than $25,000.00.
any Other Facts Supporting The Justification.
none
a Statement Of The Actions, If Any, The Agency May Take To Remove Or Overcome Any Barriers That Led To The Restricted Consideration Before Any Subsequent Acquisition For The Supplies Or Services Is Made.
as Stated In Paragraph 4 And 6 Above, Pdc Machines Is The Only Company That Can Provide The Design Of The System As Required.
endo Of Sole Source
clauses Follow
section C - Additional Regulation Or Supplemental Clauses
c-204-h001 Use Of Navy Support Contractors For Official Contract Files (oct 2018)
c-211-h018 Approval By The Government (navsea) (jan 2019)
section F - Deliveries Or Performance
f.o.b.
52.247-34 Fob Destination,
section G
g-232-h005 Supplemental Instructions Regarding Invoicing (navsea) (jan 2019)
g-232-h002 Payment Instructions (navsea) (feb 2024)
g-242-h001 Government Contractadministration Points-of-contact And
responsibilities (navsea) (oct 2023)
g-242-h002 Hours Of Operation And Holiday Schedule (navsea) (jul 2021)
g-242-w001 Contract Administration Functions (navsea) (oct 2018)
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports (dec 2018)
252.232-7006 Wide Area Workflow Payment Instructions (jan 2023)
section I – Contract Clauses
52.203-12 Limitation On Payments To Influence Certain Federal Transactions (jun 2020)
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017)
52.204-13 System For Award Management Maintenance (oct 2018)
52.204-16 Commercial And Government Entity Code Reporting(aug 2020)
52.204-21 Basic Safeguarding Of Covered Contractor Information Systems (nov 2021)
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
52.204-27 Prohibition On A Bytedancecovered Application(jun2023)
52.209-2 Prohibition On Contracting With Inverted Domestic Corporations-representation (nov 2015)
52.209-6 Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (oct 2015)
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015)
52.211-15 Defense Priority And Allocation Requirements (apr 2008)
52.212-4 Contract Terms And Conditions -- Commercial Items (oct 2018)
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items
52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statement (jan 2017)
52.204-23, Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (dec 2023)
52.204-25, Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. (nov 2021)
52.209-10 Prohibition On Contracting With Inverted Domestic Corporations (nov 2015)
52.232-40, Providing Accelerated Payments To Small Business Subcontractors (mar 2023)
52.233-3 Protest After Award (aug 1996)
52.233-4 Applicable Law For Breach Of Contract Claim (oct 2004)
contracting Officer Check As Appropriate.
52.204-27, Prohibition On A Bytedance Covered Application (jun 2023)
52.222-19, Child Labor-cooperation With Authorities And Remedies (feb 2024)
52.222-21, Prohibition Of Segregated Facilities (apr 2015)
52.222-26, Equal Opportunity (sep 2016)
52.222-50 Combatting Trafficking In Persons (mar 2015)
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011)
52.232-33 Payment By Electronic Funds Transfer--system For Award Management Jul 2013
52.225-13 Restrictions On Certain Foreign Purchases (feb 2021)
52.225-25 Prohibition On Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran- Representation And Certifications (jun 2020)
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.233-1 Disputes.
52.244-6 Subcontracts For Commercial Products And Commercial Services (feb 2024)
52.252-6 Authorized Deviations In Clauses (nov 2020)
52.232-39 Unenforceability Of Unauthorized Obligations (jun 2013)
52.232-40 Providing Accelerated Payments To Small Business Subcontractors (nov 2021)
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)
252.204-7003 Control Of Government Work Product (apr 1992)
252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022)
252.204-7009 Limitations On The Use Or Disclosure Of Third-party Contractor Reported Cyber Incident Information
252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (oct 2016)
252.204-7015 Notice Of Authorized Disclosure Of Information By Litigation Support (may 2016)
252.204-7016 Covered Defense Telecommunications Equipment Or Services—representation (dec 2019)
252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021)
252-204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services
252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements (mar 2022)
252.204-7020 Nist Sp 800-171 Dod Assessment Requirements (mar 2022)
252.211-7003 Item Unique Identification And Valuation (mar 2022)
252.215-7013 Supplies And Services Provided By Nontraditional Defense Contractors. (jan 2018
252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023)
252.225-7001 Buy American And Balance Of Payments Program (feb 2024)
252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022)
252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023)
252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023)
252.225-7048 Export Controlled Items (jun 2013)
252.232-7010 Levies On Contract Payments (dec 2006)
252.244-7000 Subcontracts For Commercial Products And Commercial Services
252.246-7007 Contractor Counterfeit Electronic Part Detection And Avoidance System (otsb & Electronic Parts)
252.246-7008 Sources Of Electronic Parts (far Part 12 Procedures Used)
252.247-7023 Transportation Of Supplies By Sea (apr 2014)
52.252-1-solicitation Provisions Incorporated By Reference (feb 1998)
52.252-2-clauses Incorporated By Reference (feb 1998)
section K - Representations, Certifications, And Other Statements Of Offerors Or Respondents
52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements--representation (jan 2017)
52.204-19 Incorporation By Reference Of Representations And Certifications (dec 2014)
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities (nov 2021)
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.
52.204-26 Covered Telecommunications Equipment Or Services-representation (dec2019)
52.209-11 Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction (feb 2016)
252.204-7008 Compliance With Safeguarding Covered Defense Information Controls (oct 2016)
52.212-3 Offeror Representations And Certifications-commercial Items (oct 2018)
section L - Instructions Conditions And Notices To Bidders
52.212-1 Instructions To Offerors—commercial Items (jan 2017)
52.204-7 System For Award Management (jul 2013
52.204-13 System For Award Management Maintenance Jul 2013
52.204-22 Alternative Line Item Proposal (jan 2017)
52.211-14 Notice Of Priority Rating
52.217-5 Evaluation Of Options (july 1990)
section M – Evaluation Factors For Award
52.212-2 Evaluation—commercial Productsandcommercial Services(nov 2021) –
***award Will Be Based On The Best Value To The Government Considering Price, Delivery, Quality, And Past Performance***
far Part 13 Best Value, Sprs Past Performance, Price And Delivery Terms
(a) For Other Than Firm Fixed Priced Contract Line Item Numbers (clins), The Contractor Agrees To Segregate Costs Incurred Under This Contract/task Order (to), As Applicable, At The Lowest Level Of Performance, Either At The Sub Line Item Number (slin) Or Clin Level, Rather Than At The Total Contract/to Level, And To Submit Invoices Reflecting Costs Incurred At That Level. Supporting Documentation In Wide Area Workflow (wawf) For Invoices Shall Include Summaries Of Work Charged During The Period Covered As Well As Overall Cumulative Summaries By Individual Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Other Direct Costs (odcs), Materials, And Travel, By Technical Instruction (ti), Slin, Or Clin Level. For Other Than Firm Fixed Price Subcontracts, Subcontractors Are Also Required To Provide Labor Categories, Rates, And Hours (both Straight Time And Overtime) Invoiced; As Well As, A Cost Breakdown Of Odcs, Materials, And Travel Invoiced. Supporting Documentation May Be Encrypted Before Submission To The Prime Contractor For Wawf Invoice Submittal. Subcontractors May Email Encryption Code Information Directly To The Contracting Officer And Contracting Officer Representative (cor). Should The Subcontractor Lack Encryption Capability, The Subcontractor May Also Email Detailed Supporting Cost Information Directly To The Contracting Officer And Cor; Or Other Method As Agreed To By The Contracting Officer.
(b) Contractors Submitting Payment Requests And Receiving Reports To Wawf Using Either Electronic Data Interchange (edi) Or Secure File Transfer Protocol (sftp) Shall Separately Send An Email Notification To The Cor And Contracting Officer On The Same Date They Submit The Invoice In Wawf. No Payments Shall Be Due If The Contractor Does Not Provide The Cor And Contracting Officer Email Notification As Required Herein.
(end Of Text)
g-242-h001 Government Contract Administration Points-of-contact And Responsibilities (navsea) (oct 2018)
(a) The Government Reserves The Right To Administratively Substitute Any Of The Points Of Contact Listed Below At Any Time.
(b) The Contracting Officer Is The Only Person Authorized To Change This Contract Or Orders Issued Thereunder. The Contractor Shall Not Comply With Any Order, Direction Or Request Of Government Personnel - That Would Constitute A Change - Unless It Is Issued In Writing And Signed By The Contracting Officer Or Is Pursuant To Specific Authority Otherwise Included As Part Of This Contract. If, In The Opinion Of The Contractor, An Effort Outside The Existing Scope Of This Contract Is Requested, The Contractor Shall Promptly Comply With The Notification Of Changes Clause Of This Contract.
(c) The Points Of Contact Are As Follows:
(i) The Procuring Contracting Officer (pco) Is:
See Page 1, Block 24
(ii) The Contract Specialist Is:
name: Alan Tyler Bounds
E-mail: Alan.t.bounds.civ@us.navy.mil
Phone: 850-625-1117
the Administrative Contracting Officer (aco) Is:
not Applicable
(d) The Contracting Officer’s Representative (cor) Is The Contracting Officer’s Appointed Representative For Technical Matters. The Cor Is Not A Contracting Officer And Does Not Have The Authority To Direct The Accomplishment Of Effort Which Is Beyond The Scope Of The Contract Or To Otherwise Change Any Contract Requirements. An Informational Copy Of The Cor Appointment Letter, Which Provides A Delineation Of Cor Authority And Responsibilities, Will Be Provided Upon Award Of This Contract.
the Contracting Officer’s Representative (cor) Is:
not Applicable
(e) The Alternate Contracting Officer’s Representative (acor) Is Responsible For Cor Responsibilities And Functions In The Event That The Cor Is Unavailable Due To Leave, Illness, Or Other Official Business. The Acor Is Appointed By The Contracting Officer; A Copy Of The Acor Appointment Will Be Provided Upon Award Of This Contract.
the Alternate Contracting Officer’s Representative (acor) Is:
not Applicable
(f) The Technical Point Of Contact (tpoc) Is The Contracting Officer’s Representative For Technical Matters When A Cor Is Not Appointed. The Tpoc Is Responsible For Technical Issues Of Contract Administration, Such As Providing All Items Of Government Furnished Information (gfi), Government Furnished Material (gfm) And Government Furnished Equipment (gfe) If Specified In The Contract As Well As The Inspection And Acceptance Of All Contract Deliverables.
the Technical Point Of Contact (tpoc) Is:
name:
email:
(g) The Alternate Technical Point Of Contact (atpoc) Is Responsible For Tpoc Responsibilities And Functions In The Event That The Tpoc Is Unavailable Due To Leave, Illness, Or Other Official Business.
the Alternate Technical Point Of Contact (atpoc) Is:
not Applicable
(h) The Ombudsman Will Review Complaints From The Contractors And Ensure That All Contractors Are Afforded A Fair Opportunity To Be Considered, Consistent With The Procedures In The Contract.
the Ombudsman Is:
not Applicable
(i) The Authorized Ordering Person(s) For Per-call Maintenance Is Responsible For Issuing And Maintaining Records For Any Per-call Orders For Remedial Maintenance Placed Under This Contract. No Per-call Order Shall Be Placed Outside The Scope Of This Contract And The Cumulative Total Of All Orders Shall Not Be In Excess Of Any Not-to-exceed Amount Specified In The Contract. Per-call Orders Shall Not, In Any Way, Modify Any Terms And Conditions Of The Contract.
(j) The Authorized Ordering Person(s) For Per-call Maintenance Is:
person(s) Listed In (f) With Approval From Persons Listed In ( C ) (i) And (ii).
(k) The Contractor's Point Of Contact For Performance Under This Contract Is:
name:
e-mail:
address: See Block 9
phone
(end Of Text)
g-242-h002 Hours Of Operation And Holiday Schedule (navsea) (jul 2021)
the Policy Of This Activity Is To Schedule Periods Of Reduced Operations Or Shutdown During Holiday Periods. Deliveries Will Not Be Accepted On Saturdays, Sundays Or Holidays Except As Specifically Requested By The [insert Activity Name]. All Goods Or Services Attempted To Be Delivered On A Saturday, Sunday Or Holiday Without Specific Instructions From The Contracting Officer Or His Duly Appointed Representative Will Be Returned To The Contractor At The Contractor’s Expense With No Cost Or Liability To The U.s. Government.
the Federal Government Observes Public Holidays That Have Been Established Under 5 U.s.c. 6103. The Actual Date Of Observance For Each Of The Holidays, For A Specific Calendar Year, May Be Obtained From The Opm Website At Opm.gov Or By Using The Following Direct Link:
https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/.
delayed Opening, Early Dismissal And Closure Of Government Facilities. When A Government Facility Has A Delayed Opening, Is Closed Or Federal Employees Are Dismissed Early (due To Severe Weather, Security Threat, Security Exercise, Or A Facility Related Problem) That Prevents Personnel From Working, Onsite Contractor Personnel Regularly Assigned To Work At That Facility Shall Follow The Same Reporting And/or Departure Directions Given To Government Personnel. The Contractor Shall Not Direct Charge To The Contract For Such Time Off, But Shall Follow Parent Company Policies Regarding Taking Leave (administrative Or Other). Non-essential Contractor Personnel, Who Are Not Required To Remain At Or Report To The Facility, Shall Follow Their Parent Company Policy Regarding Whether They Should Go/stay Home Or Report To Another Company Facility. Subsequent To An Early Dismissal, Delayed Opening, Or During Periods Of Inclement Weather, Onsite Contractors Should Monitor The Opm Website As Well As Radio And Television Announcements Before Departing For Work To Determine If The Facility Is Closed Or Operating On A Delayed Arrival Basis.
when Federal Employees Are Excused From Work Due To A Holiday Or A Special Event (that Is Unrelated To Severe Weather, A Security Threat, Or A Facility Related Problem), On Site Contractors Shall Continue Working Established Work Hours Or Take Leave In Accordance With Parent Company Policy. Those Contractor Employees Who Take Leave Shall Not Direct Charge The Non-working Hours To The Contract. Contractors Are Responsible For Predetermining And Disclosing Their Charging Practices For Early Dismissal, Delayed Openings, Or Closings In Accordance With The Far, Applicable Cost Accounting Standards, And The Company’s Established Policy And Procedures. Contractors Shall Follow Their Disclosed Charging Practices During The Contract Period Of Performance, And Shall Not Follow Any Verbal Directions To The Contrary. The Contracting Officer Will Make The Determination Of Cost Allowability For Time Lost Due To Facility Closure In Accordance With Far, Applicable Cost Accounting Standards, And The Contractor's Established Accounting Policy And Procedures.
if You Intend To Visit The Contracts Office, It Is Advised That You Call For An Appointment At Least 24 Hours In Advance.
the Hours Of Operation Are As Follows:
Area From To
nswc-pcd And/or Nedu 0700 1600*
(g) All Deliveries To The Receiving Officer, (see Delivery Schedule, Section F), Shall Be Made Monday Through Friday From 0700 To 1600 Local Time, Unless Otherwise Specified. Deliveries Will Not Be Accepted After 1600. No Deliveries Will Be Accepted On Federal Government Holidays.
***note*** Trucks Must Gain Access To The Base Prior To 1430.
(end Of Text)
g-242-w001 Contract Administration Functions (navsea) (oct 2018)
(a) In Accordance With Far 42.302(a) All Functions Listed Are Delegated To The Aco Except The Following Items To Be Retained By The Pco:
all Functions Listed Will Be Retained By The Pco.
(b) In Accordance With Far 42.302(b), The Following Additional Functions Are Delegated To The Aco: None
(end Of Text)
l-204-h003 Notification Of Use Of Navy Support Contractors For Official Contract Files (navsea) (apr 2019)
(a)navsea May Use A Contractor To Manage Official Contract Files Hereinafter Referred To As "the Support Contractor", Including The Official File Supporting This Procurement. These Official Files May Contain Information That Is Considered A Trade Secret, Proprietary, Business Sensitive Or Otherwise Protected Pursuant To Law Or Regulation, Hereinafter Referred To As “protected Information”. File Management Services Consist Of Any Of The Following: Secretarial Or Clerical Support; Data Entry; Document Reproduction, Scanning, Imaging, Or Destruction; Operation, Management, Or Maintenance Of Paper-based Or Electronic Mail Rooms, File Rooms, Or Libraries; And Supervision In Connection With Functions Listed Herein.
(b)the Cognizant Contracting Officer Will Ensure That Any Navsea Contract Under Which These File Management Services Are Acquired Will Contain A Requirement That
(1) The Support Contractor Not Disclose Any Information;
(2) Individual Employees Are To Be Instructed By The Support Contractor Regarding The Sensitivity Of The Official Contract Files;
(3)the Support Contractor Performing These Services Be Barred From Providing Any Other Supplies And/or Services, Or Competing To Do So, To Navsea For The Period Of Performance Of Its Contract And For An Additional Three Years Thereafter Unless Otherwise Provided By Law Or Regulation; And,
(4)in Addition To Any Other Rights The Offeror May Have, It Is A Third Party Beneficiary Who Has The Right Of Direct Action Against The Support Contractor, Or Any Person To Whom The Support Contractor Has Released Or Disclosed Protected Information, For The Unauthorized Duplication, Release, Or Disclosure Of Such Protected Information.
(c)submission Of A Proposal Will Be Considered As Consent To Navsea's Permitting Access To Any Information, Irrespective Of Restrictive Markings Or The Nature Of The Information Submitted, By Its File Management Support Contractor For The Limited Purpose Of Executing Its File Support Contract Responsibilities.
(d)navsea May, Without Further Notice, Enter Into Contracts With Other Contractors For These Services. Offerors Are Free To Enter Into Separate Non-disclosure Agreements With The File Support Contractor. Contact The Procuring Contracting Officer For Contractor Specifics. However, Any Such Agreement Will Not Be Considered A Prerequisite Before Information Submitted Is Stored In The Files Or Otherwise Encumber The Government.
(end Of Provision)
--------------------------------------------
email Subject Line Must Include Solicitation Number, Vendor Name, And Cage At Beginning Of Subject Line
award Will Be Based On The Best Value To The Government Considering Price, Delivery, Quality, And Past Performance
email Quotes To Alan.t.bounds.civ@us.navy.mil On Or Before The Closing Date And Time Stated Above.
the Government Will Not Accept Late Quotes.
the Government Will Not Accept Quotes That Are Partial Or Incomplete
provide Cage Code And Lead Time On Your Quote.
vendors Must Be Able To Invoice Through Wide Area Workflow (wawf).
if Shipping Is Not Included In The Price Include A Line Item For Shipping.
vendors Must Ensure That They Have Received A Response Within 2 Business Days After Quote Has Been Submitted To Remain Competitive. If No Response Is Received Please Call Primary And Leave A Message.
**review All Attachments Posted Prior To Submission Of Quote**
Closing Soon18 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: 1. Action Code: Presolicitation
2. Date: 13 March 2025
3. Fiscal Year: 2025
4. Contracting Office Zip Code: 23511
5. Classification Code: V- Transportation, Travel, & Relocation Services
6. Contracting Office Address: 471 East C St., Bldg. Sp-64, Naval Station Norfolk,
Norfolk, Va 23511
7. Subject: Dry Cargo Voyage Charter
8. Proposed Solicitation Number: N3220525r4053
9. Closing Response Date: 20 March 2025
10. Contract Point Or Contracting Officer: Jordan Morrison; Jordan.a.morrison5.civ@us.navy.mil
11. Contract Award And Solicitation Number: T.b.d.
12. Contract Award Dollar Amount: T.b.d.
13. Contract Line Item Number: N/a
14. Contract Award Date: T.b.a.
15. Contractor: T.b.d.
16. Description: One, U.s. Flag, Jones Act Compliant, And Abs Certified Tug & Barge Or Self-sustaining Vessel With The Capacity To Carry A Minimum Of 120 Teus.
17. Place Of Contract Performance: The Load Port/place Is Military Ocean Terminal Concord Wharf 3, California (usa) With An Available Load Date Of 28 April 2025, And The Discharging Port/place Is West Loch Wharves 4 & 5, Pearl Harbor, Hawaii (usa) With A Latest Arrival Date Of 12 May 2025. The Laydays Commence And Cancel 27 April 2025, And The Period Of Performance Will Be One Voyage.
18. Set-aside Status: Total Small Business Set-aside. The Decision To Release This Solicitation As A Total Small Business Set-aside Is Based On Responses Received From A Recent, Sources Sought Notice For This Service. Msc’s Deputy Associate Director Of Small Business Has Concurred With This Decision.
Closing Soon20 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Automobiles and Auto Parts
United States
Description: Minneapolis Vamc Wheelchair Transportation Services Sb Set-aside Solicitation
Closing Date3 Apr 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: This Is A Combined Sources Sought/synopsis Notice For Information Only: This Is Not A Request For Proposal
this Notice Is Posted In Accordance With Far 5.2
the Work Includes Providing All Labor, Materials, Equipment, Transportation And Supervision Required For Repairing The Railroad System And Crane Trackage At Joint Base Charleston – Weapons Station, Charleston, Sc. Ancillary Work In The Form Of Earthwork, Excavation And Fill, Asphalt Milling And Removal, Asphalt Placement, Concrete Removal, Concrete Placement, Storm Drainage, Pavement Striping, Hydroseeding, Erosion Control And Traffic Control Is Also Included.
some Delivery Orders May Be Designated As Emergency Work And Require A 4-hour Response Time. As Such, Contractor Shall Have An Emergency Response Team In-place At Joint Base Charleston, Charleston, Sc To Evaluate The Emergency Situation And Required Repairs. Civil Engineer Squadron, Operations Flight Personnel Shall Be Included In Accessing Repairs And Requirements For Certification. Once The Work On The Damage Begins, Work Shall Continue Until The Job Is Complete.
special Requirements/concerns:
the Government Anticipates Award Of A Firm-fixed-price Indefinite Delivery/indefinite Quantity (idiq) Type Contract For Construction Efforts. Capabilities Are Sought From Interested Small Businesses, 8(a) Participants, Hubzone Small Business Concerns, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns, And Women-owned Small Business(wosb) Concerns Eligible Under The Wosb Programfor The Purposes Of Determining If This Requirement Can Be Set Aside.
the Estimated Magnitude For This Requirement Is More Than $10,000,000 Over A Maximum Period Of Five Years And Six Months (base Year, Plus Four (4) Option Years, Plus Six (6) Month Extension). Work To Be Performed Will Be Within The North American Industry Classification System (naics) Code 237990 – Other Heavy And Civil Engineering Construction/railroad Construction With A Size Standard Of $39.5m.
notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs
firms Responding Should Indicate Their Size In Relation To This Size Standard, And Indicate Their Status (8(a) Participants, Hubzone Small Business Concerns, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns, And Women-owned Small Business (wosb). If A Response From Two Or More Qualified Firms Is Received For Any Of The Sb Categories, This Requirement May Be Set Aside. Should An Insufficient Number Of Responses Be Received In Any Category, The Requirement May Be Issued As Unrestricted. Interested 8(a), Small Disadvantaged Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business, Edwsb, Or Wosb Concerns Should Indicate Interest To The Contracting Officer, In Writing, As Early As Possible But No Later Than28 Mar 2025, 3:00pm Est.
note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply. This Clause Requires That The Concern Perform At Least 15 Percent (15%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.
firms Responding Should Indicate Their Size In Relation To This Size Standard, And Indicate Their 8(a) Socio-economic Status, If Applicable. If A Response From Two Or More Qualified Firms Is Received For Any Of The Sb Categories, This Requirement May Be Set Aside. Should An Insufficient Number Of Responses Be Received In The Small Business Categories, The Requirement May Be Issued As Unrestricted.
note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply. This Clause Requires That The Concern Perform At Least 15 Percent (15%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees.
all Interested Prime Contractors Who Intend To Submit A Bid For This Solicitation Are Highly Encouraged To Submit A Capability Package To The Primary Point Of Contract Listed Below By 7 Apr 2025, 4:00pm Est
as A Minimum, The Following Information Is Required
(a) Indicate Which Set-aside You Qualify For Under The Applicable Naics Code (small Disadvantaged Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business, Edwsb, Or Wosb)
(b) A Positive Statement Of Your Intention To Bid On This Contract As A Prime Contractor
(c) Provide Uei Number And Cage Code
(d) Evidence Of Recent (within The Last 5 Years) Experience In Work Similar In Type And Scope To Include:
1. Contract Number
2. Project Title
3. Dollar Amounts
4. Project Completion Dates
5. Percent And Description Of Work Self-performed
6. Customer Points Of Contact With Current Telephone Numbers
(e) Evidence Of Bonding Capability Of A Minimum $1,000,000
all The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Concerns. If Adequate Interest Is Not Received From 8(a), Sdvosb, Hubzone, Edwosb, Wosb, Or Sb Concerns, The Solicitation May Be Issued As Unrestricted Without Futher Notice. The Successful Contractors Will Be Selected Using Tradeoff Procedures Resulting In The Best Value To The Government. The Government Reserves The Right To Award A Contract To Other Than The Lowest Priced Offeror.
notes:
(1) A Solicitation, Sow, And Drawings Will Be Available On Or About 14 Apr 2025. At Www.sam.gov Website
(2) Hard Copies Of The Solicitation Will Not Be Provided, However, You May Download And Print The File From The Website
(3) There Is No Fee For Sources Sought
(4) A Registration Page Is Located On The Sam.gov Website. You Are Not Required To Register, However If Registered You Will Receive Notice Of Any Amendments And/or Addendums That May Be Issued To The Solicitation. If You Have Registered, It Will Be Your Responsibility To Check The Website For Any Changes To The Solicitation.
(5) Contractors That Are Debarred, Suspended, Or Proposed For Debarment Are Excluded From Receiving Contracts. Agencies Shall Not Consent To Subcontract With Such Contractors. Proposals Prepared By Debarred, Suspended, Or Otherwise Ineligible Contractors Are At The Risk And Expense Of The Contractor.
(6) In Accordance With Dfars 252.209-7999, Award Will Not Be Made To Any Contractor That Has A Delinquent Tax Liability Or A Felony Conviction Within The Preceding 24 Months.
(7) All Prospective Contractors Must Be Registered In The System For Award Management (sam) System, To Be Eligible For An Award.
Closing Date7 Apr 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Details: The 911th Trec Mine Rescue Training Program Is A Structured And Intensive Program Designed To Equip Personnel With The Essential Knowledge And Hands-on Experience Needed For Mine Rescue Operations. The Training Ensures That The Emergency Response Teams Are Well-prepared To Handle Various Mine Rescue Scenarios, Reinforcing Their Skills In Rescue Operations, Standby Procedures, Ventilation, Mapping, And Troubleshooting. The Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Perform Mine Rescue Training As Defined In This Performance Work Statement Except For Those Items Specified As Government Furnished Property And Services. The Contractor Shall Perform To The Standards In This Contract. The 911th Trec Mine Rescue Training Program Shall Be Conducted Over A Two-week Period, Spanning A Total Of Ten Training Days. The Initial Training Will Commence With A Base Year, During Which Two Separate Training Sessions Will Be Conducted. These Sessions Are Designed To Ensure That All Personnel From The 911th Mine Rescue Unit Receive The Necessary Training.
services Include Providing The Facilities, Instructors, And Equipment Necessary To Train And Certify Students In Mine Rescue. This Training Shall Include Classroom Instruction As Well As Hands On Training In An Underground Mine Facility. Training Shall Be Performed At Contractor Facility. The 911th Trec Unit Consists Of Two Sections, Each Comprising 20 Soldiers. These Sections Function As Part Of The Unit’s Emergency Response Team And Operate Independently. Due To Operational Requirements, Only One Section Will Participate In Training At A Time, Resulting In Two Training Sessions Within The Base Year. Following Ordering Period One (1), Only One Training Session Per Year Will Be Conducted For Ordering Periods Two (2) Through Five (5).
underground Mine Facility Specifications: The Underground Mine Facility Must Include Tunnels And Shafts That Are Constructed To The Size, Shape, And Conditions Of Actual Working Mines. It Also Must Incorporate Different Training Levels Of The Mine From The Surface To A Depth Of Greater Than 500 Feet, Contain Ramps, And Include Working Vertical Shafts. It Must Support Lowering And Raising Trainees From High Angles And/or Vertical Shafts Of At Least 50 Feet. The Mine Must Be Able To Support A Variety Of Rescue Scenarios For Trainees Across At Least Five Different Locations That Do Not Repeat, I.e., Trainees Will Not See The Same Scenario Nor Scenario Locations Inside The Mine Twice While Conducting The Training.
Closing Date4 Apr 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Civil Works Others, Excavation
United States
Details: The Savannah District Corps Of Engineers Is Requesting Information Regarding The Market Capabilities Of Potential Contractors That Can Perform Fy24/25 Brunswick Entrance Channel Wideners Dredging Project.
this Request Does Not Obligate The Government In Any Way To Post A Solicitation Or Award A Contract. Information Received Will Be Considered For The Purpose Of Market Research And Determining How To Best Move Forward With The Procurement. Applicable Naics Code Is 237990 With A Size Standard Of 27.5 Million. The Potential Magnitude For This Requirement Is Estimated At More Than $10,000,000 Dollars. Inquires Will Only Be Accepted Via Email To Contract Specialist, Mr. Rohan Bryan At Rohan.a.bryan@usace.army.mil, Or Contracting Officer, Ms. Glenda Canty At Glenda.a.canty@usace.army.mil. The Request For Information Sheet Should Be Completed And Submitted No Later Thanapril 12, 2024, At 1:00 Pm, Eastern Standard Time.
this Is Not A Solicitation. This Posting Is A Sources Sought Notice Only.
scope Of Work:
the Brunswick Entrance Channel Wideners Dredging Project Provides Construction Services, Including Furnishing Personnel, Transportation, Mobilization And Demobilization, Equipment And Materials Required In Connection With Maintenance Dredging. An Estimated One Million And Five Hundred Thousand (1,500,000) Cubic Yards Of Maintenance Material Is Expected To Be Removed From The Brunswick Entrance Channel Wideners.
the Work Is Located In Brunswick Entrance Channel Georgia Deep Draft Navigation Project. Brunswick Harbor Is Located In Glynn County, Georgia, 70 Statute Miles South Of The Savannah Harbor, Georgia, And 25 Statute Miles North Of Fernandina Harbor, Florida. The Brunswick Entrance Channel Wideners Are 38 Ft. Deep Mllw And 100 Ft. Wide From The Atlantic Ocean Through St. Simons Range.
the Dredging Scope Includes The Entrance Channel Wideners Stations -14+000 To -17+000 And -20+000 To -29+000 Plus 100 Feet Of The Adjacent Navigation Channel From Station -14+000 To -29+000. The Maintenance Material Removed During This Contract Is To Be Placed Within The Offshore Dredged Material Disposal Site (odmds). Hopper Dredge Use Within The Brunswick Harbor Is Restricted To 15 December To 31 March 2025.
Closing Date11 Apr 2025
Tender AmountRefer Documents
Customary Society Tender
Kazakhstan
Description: Air Transport Services for Mail Transportation (cl)
Closing Date26 Mar 2025
Tender AmountKZT 36.7 Million (USD 74 K)
Limited Liability Partnership Department For Water Production And Transportation Tender
Kazakhstan
Purchaser Name: Limited Liability Partnership Department For Water Production And Transportation | Customer Service Services
Closing Soon19 Mar 2025
Tender AmountKZT 4.4 Million (USD 8.8 K)
31-40 of 4743 active Tenders