Valve Tenders

Valve Tenders

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|n792.06|g5k|215-697-0275|patrick.j.horan23.civ@us.navy.mil|||||||||||||||| 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|| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo Type ||tbd|n00383|tbd|tbd|see Schedule|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|| warranty Of Supplies Of A Noncomplex Nature (jun 2003)|6|12 Months|60 Days After Discovery Of Defect||||| equal Opportuity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (jan 2023)|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 (nov 2023)|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|332439|600||||||||||| facsimile Proposals (oct 1997)|1|| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| only Offers Submitted In Response To This Amendment Will Be Considered For Award. soliciation Close Date Extended To 3/21/25. \ 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. In Addition To Price, The Following non-price Evaluation Factor Shall Be Used To Evaluate Offers And Are Listed In Descending Order Of Importance. relevant Past Performance technical Capability the Non-price Evaluation Factors, When Combined, Are Significantly More Important Than Price. There Are No Subfactors. the Government Reserves The Right To Obtain Information For Use In The Evaluation Of Past Performance From Any And All Sources Including Sources Outside Of The Government. Offerors Lacking Relevant Past Performance History Will Not Be Evaluated Favorably Or unfavorably On Past Performance. The Government Will Consider The Quality Of An Offeror's Relevant Past Performance. This Consideration Is Separate And Distinct From The Contracting Officer's Responsibility Determination. The Assessment Of The Offeror's R relevant Past Performance Will Be Used As A Means Of Evaluating The Relative Risk Of The Offeror And Other Competitors In Successfully Meet The Requirements Of The Rfp. In Determining The Rating For The Past Performance Evaluation Factor, The Government Will Give Greater Consideration To The Contracts Which The Government Feels Are Most Relevant To The Rfp. the Government Reserves The Right To Award The Contract To Other Than The Lowest Priced Offeror. page Limitation-excluding The Cover Page, Table Of Contents, Past Performance Project Forms The Technical Capability Proposal Is Limited To Fifteen (25) Pages In At Least 11pt. Font And 1" Margins. Pages In Excess Of This Limitation Will Not Be Evaluated. The pages Excluded From Evaluation Will Be At The Discretion Of The Agency. contractors Are Informed That It Is The Government's Desire To Make Award On Initial Proposals When Deemed Possible By The Contracting Officer, However The Government Reserves The Right To Communicate And/or Negotiate With Offerors If Later Determined Necessary. none Price Proposal (all Non-price Factors) -the Contractor Is Required To Submit The Following Non-price Information: 1. Relevant Past Performance: the Contractor Is Provided An Opportunity To Demonstrate Relevant Past Performance On Contracts Currently Being Performed Or Performed Within The Past Three (3) Years. The Government Will Determine Relevance By Analyzing The Scope And Magnitude Of The Reference contracts And Comparing Them To The Instant Requirement. The Government Reserves The Right To Evaluate Submitted Projects Individually Or In The Aggregate In Order To Determine Relevance And Will Do So Consistently Across All Evaluated Offers. The Government will Consider The Quality Of The Contractor's Relevant Past Performance. reference Contracts: A. The Contractor May Submit Up To A Maximum Of Three (3) Contracts For Evaluation. The Government Reserves The Right To Obtain Information From Sources Other Than Those Identified By The Contractor. 2. Technical Capability the Government Desires That Offerors Demonstrate Technical Capability To Satisfy The Government's Requirements. The Offeror's Response Will Be Evaluated To Determine Whether Its Response Poses Risk To Performance Or Whether It Will Result In Better Value To The government. In Response To This Evaluation Factor, Offerors Shall Address Its Manufacturing Equipment; Inspection Method Sheets; Incoming Inspection Sheets; Process Sheets; Quality System Compliance; Welding Certification. in Responding To The Above Areas Of The Technical Capability Factor, It Is Incumbent Upon The Offeror Provide A Level Of Detail The Demonstrates To The Government's Satisfaction That The Offeror Has The Technical Capability To Perform The Requirement. If The proposal Lacks Sufficient Detail, It May Result In The Government Assessing Risk In The Proposal. While There Is No Prescribed Method For Demonstrating Technical Capability, The Below Are Items Of Interest To The Government That The Contractor May, At Its discretion, Address To Assist The Government In Gaining An Understanding Of The Offerors Technical Capability. Offerors Are Cautioned That While These Areas Of Interest Are Not Mandatory Elements That Are Required To Be Addressed, Failure To Address Them Or comparable Indicia Of Technical Capability, May Limit The Government's Understanding Of Technical Risk And Result In The Assignment Of Commensurate Risk. Offerors Are Also Notified That Some Of These Indicia Of Capability Are Overlapping, I.e., Two Or More May evidence The Same Facet Of Capability. certification Of Possession Or Access To The Following Equipment:for Aluminum And Steel Welded Containers, & Bladebox/riveted Construction 1.brake Press 2.extrusion Dies 3.cnc Machining Center(s) Capable Of Lathe And/or Milling Operations copies Of Inspection Method Sheets Used In-process And/or At Final Inspection copies Of Incoming Inspection Documents That Show Material Certificates Of Conformance, And If Applicable, Dimensional Conformance process/operation Sheets To Show Ability To Conform To Drawing Requirements In The Following Areas: Weld Preparation; Welding Procedure Specifications Production Lot Testing proof Of Compliance To Iso9001, And/or, As9100. applicable Up-to-date Welder Certifications Showing Highest-level Certification Obtained Aws D1.1 For Steel, Aws D1.2 Or Mil-w-22248,class 4 For Aluminum, Aws D1.3 For Sheet Steel And Aws D1.6 For Stainless Steel. if The Offeror Address Any Or All Of The Above, Or Provides Comparable Indicia Of Capability, It Is Encouraged To Provide Supporting Evidence And Detail, Such As But Not Limited To Receipts, Certifications, Drawings, Test Results/ Logs, Maintenance Records, calibration Records, Inspection Reports, Audits, Etc. The Weigh Accorded To Supporting Evidence Will Be At The Discretion Of The Government. the Technical Capability Proposals Will Be Evaluated To Determine The Risk Of Unsuccessful Performance As Well As Relative Risk Compared To Other Offerors. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Ordersdelivery 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. early And Incremental Deliveries Accepted And Preferred. \ 1. Scope 1.1 Due To The Critical Use Of This Item And Its Quality History, A Pre-award Survey And Post-award Conference May Be Required For All New Manufacturers. For All Previous Sources, A Post-award Conference May Be Recommended. 1.2 Container Shell Material Is ;polyethylene; . 1.3 Manufacturing Process Is ;rotomolded; . 1.4 Articles To Be Furnished Hereunder Shall Be Manufactured, Tested And Inspected In Accordance With ;container Research Corporation; Drawing Number ( ;05259; ) ;434e001; , Revision ;latest; And All Details And Specifications Referenced Therein. 1.5 Unless Expressly Provided For Elsewhere In This Clause, Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Or Any Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.6 If Mil-std-454 Is Referenced In The Drawings Or In The Specification, The Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c. 1.7 When Discrepancies Exist Between These Requirements And Those On Current manufacturer's Drawings,contact Code ;buyer Found On Page 1 Of The Contract; Or Code N241.10 2. Applicable Documents drawing Data=std-245 |05259| | |d| | | | drawing Data=std-314 |05259| | |d| | | | drawing Data=15930 |80132| | |a| | | | drawing Data=434b003 |05259| | |d| | | | drawing Data=434d002 |05259| | |d| | | | drawing Data=434e001 |05259| A| |d| | | | drawing Data=434e001 Dl |05259| | |d| | | | drawing Data=434e004 |05259| | |d| | | | 3. Requirements 3.1 One Third (1/3) Unit Of Desiccant (mil-d-3464, Type Ii Nondusting) Per Cubic Foot Of Container Interior Volume Shall Be Placed In Desiccant Holder Of Each Container At Time Of Shipment. 3.2 Reference To Cadmium Plating Shall Be Deleted And The Following Substituted: "finish Shall Be Electrodeposited Alkaline Zinc-nickel Alloy In Accordance With Astm B 841 Class 1, Type B, Grade 3." all Containers Must Be Affixed With A Nameplate That Includes A unique Identification (uid) Marking As Referenced In The Drawing Package drawing ;(80132) 15930; And Iaw Mil-std-130 Latest Revision. The Contractor shall Contact Navicp Code ;buyer On Page 1 Of The Contract; Or Code 0771.10 For The Alphanumeric sequential Serial Number Group That Makes Up Part Of The Uid. the Uidwill Be Included On The Nameplate In Data Matrix Format. when A First Article Is Required, The Contractor Shall Submit A Paper Copy Of The Drawings (size 11" X 17"), Contracts And Approved Ecp's Eco's, Deviations Waivers, And Modifications In The Records Recepticle Or Inside The Container Submitted For The First article. contact Code ;buyer On Page One; Or Code N241.10 To Arrange For First Article Test Location 4. Quality Assurance 4.1 100% Production Leak Tests. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Pressurizing Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic - Pressure Technique Of method 5009 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Pressure Setting Equal To 0.5 + 0.1-0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess Of 0.05 Psig (adjusted For Changes In Temperature And Barometric Pressure) Shall Be Cause For Rejection. Any Deformation Of The Container Shell, While Pressurized, Which Is Greater Than Three Quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be cause For Rejection. Warning container May Explode Or Fasteners May Fail During This Test. Use Protective Barriers To Avoid Injury To Personnel. 100% Production Leak Tests. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Pressurizing Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. The Pneumatic - Pressure Technique of Method 5009 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Pressure Setting Equal To 0.55 + 0.1-0 Psig Shall Be Used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure In Excess of 0.025 Psig (adjusted For Changes In Temperature And Barometric Pressure) Shall Be Cause For Rejection. Any Deformation Of The Container Shell, While Pressurized, Which Is Greater Than Three Quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also be Cause For Rejection. welding And Welder Qualifications Shall Meet Current Aws D1.2 Standards. Additionally, Cleaning Preparations Shall Be In Accordance With Mil-c-5541 And The Cleaning Paragraph Located In The Welding Requirements Section Of The Contract. 4.2 The Tests To Be Performed Under The First Article Approval Clause (far 52.209-4) Of The Contract Are Listed Below. 4.2.1 Dimensional Test (special) ;to Drawing (05259) 434e001 And Sub-drawings Is Applicable; 4.2.2 Requirements Of: ;to Drawing (05259) 434e001 And Sub-drawings Are Applicable.; 4.2.3 Form: ;applies; 4.2.4 Fit: ;applies; 4.2.5 Function ;applies; 4.2.6 Compliance With Drawing ( ;05259; ) ;434e001; , Revision ;latest; And Specifications Referenced Therein. 4.3 In Addition To The Above Tests, The First Article(s) To Be Delivered Hereunder Shall Also Be Subjected To Those Tests Which Will Demonstrate That The Article(s) Comply With Contract Requirements Requirements. 4.4 The Contractor Shall Be Responsible For Providing The Necessary Parts And Repair Of The First Article Sample(s) During Testing. 4.5 The Cost Of The Government Testing Effort Set Forth In This Solicitation Is Estimated To Be $ ;12000; For The First Article Testing. This Cost Factor Will Be Added, For Solicitation Purposes, To The Price Of All Offerors For Whom The Government Will require Such Testing. 4.6 Disposition Of Fat Samples 4.6.1 ;zero; Sample(s) Shall Not Be Returned To The Contractor Because They Shall Be Destroyed During Testing. 4.6.2 ;all; Unless Otherwise Provided For In The Contract, Sample(s) Shall Be Returned To The Contractor And May Be Considered As Production Items Under The Contract Provided The Sample(s) Can Be Refurbished To Ready For Issue Condition And Provided The sample(s) Have Inspection Approval From The Cognizant Dcmc Qar. Sample(s) May Be Shipped As Production Items Only After All Other Units Required Under The Contract Have Been Produced And Are Ready For Shipment. ;n/a; Sample(s) Shall Be Returned To The Contractor But Shall Not Be Considered As Production Due. 4.7 Test Sample Coating Instructions 4.7.1 Samples Are To Be Unpainted. Corrosive Areas Are To Be Coated With A Light Preservative. 4.8 Fat Approval Criteria 4.8.1 Far 52.209-4 Applies (a) The Contractors Shall Deliver ;one (1); ; Unit(s) Of The Following Cage ( ;05259; ; ) Part Number ;434e001; ; , Revision ;latest; ; Within ;90; ; Calendar Days From The Date Of This Contract To The Government At ;contact Buyer On Page 1 nswc Indian Head Division, Detachment Picatinny; ; marking Of Test Sample(s) Shipping Container Shall Be As Follows, Citing This Contract Number: "for First Article Testing. Not Rfi Material. Do Not Take Up In Stock Contract Number:____________" for First Article Test, The Shipping Documentation Shall Contain This Contract Number And Lot/item Identification. The Characteristics That The First Article Must Meet And The Testing Requirements Are Specified Elsewhere In This Contract. (b) Upon Shipment Of First Article Sample(s), Two (2) Copies Of The Material Inspection And Receiving Report (dd Form 250) Bearing The Qar's Signature And Indication Of Preliminary Inspection Shall Be Forwarded To The Navicp- Philadelphia Code Cited In Block 10.a Of Sf33, With Duplicate Copies To Navicp Code 072 And To The Designated Test Facility. The Envelopes Shall Be Clearly Marked: "do Not Open In Mail Room". within ;60; ; Days After Receipt Of The Samples, The Test Site Shall Complete Testing/evaluation And Submit Two (2) Copies Of Their Test Report With Conclusions And Recommendations To The Navicp Code Cited In Block 10.a Of The Sf33. (c) Within ;120; ; Calendar Days After The Government Receives The First Article, The Contracting Officer Shall Notify The Contractor, In Writing, Of The Approval, Conditional Approval, Or Disapproval Of The First Article. The Notice Of Approval, Conditional approval, Or Disapproval Shall Not Relieve The Contractor From Complying With All Requirements Of The Specifications And All Other Terms And Conditions Of This Contract. A Notice Of Conditional Approval Shall State Any Further Action Required Of The Contractor. a Notice Of Disapproval Shall Cite Reasons For Disapproval. (d) If The First Article Is Disapproved, The Contractor, Upon Government Request, Shall Submit An Additional First Article For Testing. After Each Request, The Contractor Shall Make Any Necessary Changes, Modifications, Or Repairs To The First Article Or select Another First Article For Testing. All Costs Related To These Tests Are To Be Borne By The Contractor, Including Any And All Costs For Additional Tests Following A Disapproval. The Contractor Shall Furnish Any Additional First Article To The government Under The Terms And Conditions And Within The Time Specified By The Government. The Government Shall Act On This First Article Within The Time Limit Specified In Paragraph (b) Above. The Government Reserves The Right To Require An Equitable adjustment Of The Contract Price For Any Extension Of The Delivery Schedule Or For Any Additional Costs To The Government Related To These Tests. (e) If The Contractor Fails To Deliver Any First Article On Time, Or The Contracting Officer Disapproves Any First Article, The Contractor Shall Be Deemed To Have Failed To Make Delivery Within The Meaning Of The Default Clause Of This Contract (f) Unless Otherwise Provided In The Contract, The Contractor - (1) May Deliver The Approved First Article As Part Of The Contract Quantity, Provided It Meets All Contract Requirements For Acceptance And Was Not Consumed Or Destroyed In Testing: And (2) Shall Remove And Dispose Of Any First Article From The Government Test Facility At The Contractors Expense. (g) If The Government Does Not Act Within The Time Specified In Paragraph (b) Or (c) Above The Contracting Officer Shall, Upon Timely Written Request From The Contractor, Equitably Adjust Under The Changes Clause Of This Contract The Delivery Or Performance dates And/or The Contract Price, And Any Other Contractual Term Affected By The Delay. (h) The Contractor Is Responsible For Providing Operating And Maintenance Instructions, Spare Parts Support, And Repair Of The First Article During Any First Article Test. (i) Before First Article Approval, The Acquisition Of Materials Or Components For, Or The Commencement Of Production Of, The Balance Of The Contract Quantity Is At The Sole Risk Of The Contractor. Before First Article Approval, The Costs Thereof Shall Not Be allocable To This Contract For (1) Progress Payments, Or (2) Termination Settlements If The Contract Is Terminated For The Convenience Of The Government (j) The Contractor Shall Produce Both The First Article And The Production Quantity At The Same Facility And Shall Submit A Certification To This Effect With Each First Article. (k) The Contractor Shall Provide Specific Written Notification To The Procuring Contracting Officer Informing Him/her Of The Shipment Of Any Article(s) Furnished In Accordance With This Clause. Such Notification Must Be Addressed To The Attention Of The navicp Code Specified In Block 10.a Of The Sf33, With Copies To Navicp Code 072 And To The Testing Activity. Failure To Provide Such Notification Shall Excuse The Government From Any Delay In Performing First Article Testing And Informing The Contractor Of the Results Thereof. (l) Fourteen (14) Days Prior To Shipment Of First Article Samples, The Contractor Shall Notify The Designated Test Facility In Writing Of The Anticipated Shipping Date, With An Information Copy To The Pco, Navicp Philadelphia, Attn: (cite Code Found In Block 10.a Of The Sf33). The Contractor Shall Also Arrange For Preliminary Inspection Of Test Samples By The Dcmc/qar. 4.9 Alternate Offers - Waiver Of First Article Approval Requirements. (the Following Provisions Supersede Any Waiver Of First Article Approval Requirements Terms Set Forth In Clause 52.209-3 Or 52.209-4 As Appropriate) (a) Unless Otherwise Specified In The Solicitation, The Naval Inventory Control Point Reserves The Right To Waive The First Article Approval Requirements Specified Herein For Offerors Who Have Previously Furnished Identical Production Articles Accepted By The government Or The Original Equipment Manufacturer/prime Manufacturer. An Offeror Requesting Waiver Of First Article Requirements Shall Submit Evidence With Its Offer Establishing That: (i) The Last Production Unit Was Delivered Within Three (3) Years Of The Issue Date Of This Solicitation, And (ii) The Production Location To Be Used For This Requirement Is The Same As Used For The Previous Production Run additionally, The Offeror Shall Submit A Certification, To Be Executed By The Officer Or Employee For The Offer, Stating That: (i) The Articles To Be Provided Will Be Produced Using The Same Facilities, Processes, Sequences Of Operations And Approved Subcontractors As Those Previously Delivered And Accepted By The Government Or The Original Equipment Manufacturer/prime Manufacturer, and (ii) The Previous Production Units Were Manufactured Without Material Review Board Disposition Or Waiver/deviation Request Or Rejection Of Pre-production Samples For Cause. (note: This Certification Concerns A Matter Within The Jurisdiction Of An Agency Of The United States And The Making Of A False, Fictitious, Or Fraudulent Certification May Render The Maker Subject To Prosecution Under Title 18, United States Code, Section 1001.) (b) Offerors Requesting Waiver Of First Article Approval Requirements Under The Provisions Of This Clause Are Cautioned To Submit Two Prices For Articles Required Herein - One That Is Based On Compliance With The First Article Approval Requirements And One that Is Based On A Waiver Of Such Requirements. Where An Offeror Submits Only One Price And Fails To Clearly State That The Price Is Based On Waiver Of The First Article Approval Requirements It Will Be Deemed To Be Based On Compliance With The First Article approval Requirements (c) In The Event Of The First Article Approval Requirement Is Granted, The Delivery Schedule For The Production Items Shall Be Reduced By The Number Of Days Designated For Delivery Of First Article Test Unit Plus The Number Of Calendar Days Indicated For The government Notification Of Conditional Approval Or Approval. These Requirements Are Specified In The Quality Assurance Section Of This Solicitation. If The Offeror Is Unable To Meet The Desired Schedule, He Shall Insert Below The Alternate Delivery Schedule he Offers To The Government. Offeror's Proposed Alternate Delivery Schedule (based On Waiver Of First Article Approval Requirements) within Days: item No. _______________ Quantity:_______ After Date Of Contract:__________ 4.10 100% Production Leak Test. Each Container Shall Be Prepared For Testing By Sealing All Breathing Devices And Inserting Suitable Pressurized Fittings And Gauges. The Container Shall Be Closed And Sealed In A Normal Manner. Each Container, Uninstrumented and Without Dummy Load, Shall Then Be Subjected To A Single 18 Inch Flat Drop. The Pneumatic-pressure Technique Of Method 5008 Of Federal Test Method Standard No. 101c Shall Be Used To Detect Leakage. An Initial Setting Equal To 0.5 + 0.1 - 0 Psig Shall Be used. After Stabilization, Pressure Shall Be Monitored For Thirty Minutes. Any Loss In Pressure Over A 30 Minute Period That Exceeds 25% Of The Stabilized Pressure Shall Be Cause For Rejection; Tests Shall Be Conducted To Ascertain Sources Of Leaks and Corrective Action Taken. Any Deformation Of The Container Shell While Pressurized Which Is Greater Than Three-quarters Of An Inch Beyond Its Point At Ambient Pressure Shall Also Be Cause For Rejection. Warning container May Explode Or Fasteners May Fail During Test. Use Protective Barriers To Avoid Injury To Personnel. sampling Per Ansi/asq Z1.4, Sample Plan S-2aql 1.0 (13 Pcs) accept 0, Reject 1.one (1) Rejection Will Require 100% Of The Shipment To Be Tested. A Lot Shall Consist Of Any Scheduled Shipment Quantity Under Contract. Representative Sampling Shall Be Used, I.e. The Samples Are To Be Selected At Random Throughout The lot.remove Either The Vortex Or Breather Valve And install A Suitable Airtight Fitting.draw A Vacuum On The Sample Container(s) To .025+/- 0.01 Psig.stabilize Vacuum Within Tolerance For A Minimum Of 15 Minutes, Then Disconnect The Vacuum Input And Test Monitor The Container For 15 Minutes.the Vacuum Should hold Within +/- 0.05 Psig At The End Of The 15 Minutes For The Container To Pass. testing Specifications For Cases: drop Test:fed-std-101c. Method 5007.1 Paragraph 6.3,procedure -a- Level -a-. procedure A Falling Dart Impact: Ata 300, Category I,general Requirements for Category I & Ii Reusable Containers Vibration (loose Cargo): fed-std-101c, Method Of 5019 Vibration (sweep):ata300, (jan 15th/96),which States In Appendix Ii, B4 Simulated Method 506.4, Procedure Ii Of 4.1.2 fed-std-101c Method 5009.1, Section 6.7.1. all Costs And Responsibilities Related To The First Article Test Submission Container Shipment To And From The First Article Test Facility Are To Be Borne By The Contractor 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable block 9: Statement B, Us Government, Naval Inventory Control Point block 14: When Navicp 02 Is Referenced In Distribution, Forward To The Navicp Code Cited On Block 10.a. On Page 1. block 3: Separate Reports Shall Be Provided For The Below Listed Subtitles And Shall Include Certification That All Vendors Performing These Processes Are Prime (oem) Approved Sources. In The Case Where Other Than The Oem's Specifications Are To Be Utilized, separate Certifications Are Required. block 12: First Submission To Be Made Upon Submission Of ;one; Testing Sample. ^ Block 14: Make Submission To ;code N241.15; .
Closing Date21 Mar 2025
Tender AmountRefer Documents 

TERMOELEKTRARNA O TANJ D O O Tender

Slovenia
Description: Supply of Goods and Performance of Services During the Overhaul of Block 6: Batch 3 Inspection, Rehabilitation and Adjustment of B&r Valves
Closing Date25 Jul 2025
Tender AmountRefer Documents 

Oriental Mindoro Tender

Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Oriental Mindoro Capitol Complex, Calapan City 5200, Oriental Mindoro Procurement Division Bids And Awards Committee For Goods And Services (1m And Above) Invitation To Bid Purchase Of Vehicle Parts And Accessories For Repair And Maintenance Of Various Provincial Heavy Equipment Ib No. Gsa 2025-03-020 1. The Provincial Government Of Oriental Mindoro, Through The General Fund Intends To Apply The Sum Of One Million Nine Hundred Ninety Nine Thousand Seven Hundred Twenty Eight Pesos Only (php 1,999,728.00) Being The Abc To Payments Under The Contract For Purchase Of Vehicle Parts And Accessories For Repair And Maintenance Of Various Provincial Heavy Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro – Procurement Division Goods And Services Section Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Seven (7) Calendar Days Upon Signing Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Item No. Item Description Qty./unit 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 99 97 98 99 100 101 102 103 104 105 106 Dt # 01, Nissan Ud Pn: 2004-05-080-0108-8751 Oil Filter, D0-609 Oil Filter, D0-306 Fuel Filter Df-505 Relay W/ Socket 24v Dt # 02, Nissan Ud Pn: 1991-05-080-0134-8751 Gasket Maker Gasket Cement Oil Filter, D0-306 Fuel Filter Df-505 Temperature Gauge Oil Gauge Tint Radiator Overhaul Dt # 06, Isuzu 6bg1 Pn: 2000-06-010-0084-8751 Piston, Std. Cylinder Liner, Std. Dt # 08, Isuzu 6bg1 Pn: 2000-06-010-0083-8751 Tires W/ Inner Tube & Flap, 8.25 X 20 Rr Dt # 10, Isuzu 6bg1 Pn: 2011-05-080-0107-8751 Tires W/ Inner Tube & Flap, 8.25 X 16 Frt Sand Paper Dt #11, Isuzu 6bgi Pn: 2011-05-080-0105-8751 Cog Belt B-55 Wiper Motor Assy. 24v Flasher Relay Air Governor Dt # 12, Isuzu 6bg1 Pn: 2011-05-080-0106-8751 Battery 3smf Battery Terminal Tie Rod End Dt # 13, Hino W04d Pn: 2012-05-080-0104-8751 Oil Seal, Transmission Propeller Bolt Air Filter Dt # 14, Hino W04d Pn: 2012-05-080-0100-8751 Tint Dt # 15, Hino W04d Pn: 2012-05-080-0101-8751 Brake Hose Air Filter Air Brake Master Repair Dt # 16, Hino W04d Pn: 201205-080-0102-8751 Tires W/ Inner Tube & Flap, 8.25 X 16 Frt Rubber Cap 1-7/16” Rubber Cap 1-3/16” Sand Paper Brake Cleaner Hub Oil Seal Air Filter Dt # 18, Sinotruk Howo Pn: 2021-05-080-0089-8751 Wiper Blade 24” Wiper Blade 16” Qde White Qde Yellow Qde Blue Dt #21, Sinotruk Howo Pn: 2021-05-080-0090-8751 Tire Wrench W/ Handle 17x32 Air Horn 24v Dt # 22, Sinotruk Howo Pn: 2021-05-080-0086-8751 Tire Wrench W/ Handle 17x32 Towing Cable, 30mm X 6mtrs Dt # 23, Sinotruk Howo Pn: 2021-05-080-0094-8751 Qde White Thinner Masking Tape Spray Paint Dt # 24, Sinotruk Howo Pn: 2021-05-080-0091-8751 Mudguard Clearance Light 24v Electrical Tape Spray Paint Towing Cable, 30mm X 6mtrs Dt # 25, Sinotruk Howo Pn: 2021-05-080-0087-8751 Fuel Hose 1/2” Bonded Washer Hub Bolts Freon 134a Charging Dt # 30, Sinotruk Howo Pn: 2023-05-080-0006-8751 Tires W/ Inner Tube & Flap, 12.00 X 20 Rr Dt #31, Sinotruk Howo Pn: 2024-05-080-0006-8751 Mudguard Penetrating Fluid Isuzu 4bd1, Tadano Pn: 2015-05-080-0133-8751 Oil Treatment Silicon Oil Oil Filter C-506 Oil Filter C-513 Fuel Filter Fc-8607 Qde White Thinner Primer Gray Pl # 35, Tcm 830 Pn: 1997-05-080-0110-8751 Electrical Tape Toggle Switch Auto Wire #16 Door Glass Panel Pl # 38, Lonking Cdm863 Pn: 2024-05-080-0004-8751 Air Hose Air Cock Valve Pl # 39, Lon King Cdm863 Pn: 2024-05-080-0003-8751 Hose Clamp Relay W/ Socket Air Hose Bd # 1f, Komatsu D65a Pn: 2015-05-080-0116-8751 Starter Solenoid Switch Welding & Cutting Outfit Bd # 3f, Komatsu D65ex-16 Pn: 2019-05-080-0122-8751 Rear Cabin Windshield Side Door Glass Acetylene Refill Oxygen Refill Fuel Filter 600-311-3750 Bd # 10, Komatsu D65e Pn: 2010-05-080-0117-8751 Battery 2d Battery Terminal Temperature Gauge Auto Wire #16 Welding Cable Electrode Holder Welding & Cutting Outfit Alternator Assy. 24v Fuel Filter P2299 Rg # 3c, Komatsu Gd313 Pn: 2015-05-080-0127-8751 Feed Pump Sand Paper Inner Tube 10.00 X 20 Horn 24v Relay W/ Socket 24v Auto Wire #16 Rg #08, Komatsu Gd511a Pn: 2012-05-080-0123-8751 Radiator Overhaul Rr # 1e, Sakai Pn: 2012-05-080-0130-8751 Radiator Overhaul Pm # 15, Hino 700 Profia Pn: 2020-05-080-0131-8751 Diaphragm T30 Brake Lining X-x-x 1 Pc 2 Pcs 1 Pc 1 Pc 1 Pc 1 Pc 2 Pcs 2 Pcs 1 Pc 1 Pc 1 Set 1 Set 1 Set 4 Pcs 2 Pcs 6 Pcs 2 Pcs 1 Pc 1 Pc 1 Pc 2 Pcs 2 Pcs 1 Set 1 Pc 4 Pcs 1 Pc 1 Set 1 Pc 1 Pc 2 Pcs 8 Pcs 4 Pcs 3 Pcs 1 Pc 2 Pcs 1 Pc 1 Pc 1 Pc 1 Gal 1 Ltr 1 Ltr 1 Pc 1 Set 1 Pc 1 Pc 1 Gal 1 Gal 3 Pcs 8 Pcs 8 Ft 8 Pcs 1 Pc 6 Pcs 1 Pc 8 Pcs 12 Pcs 4 Pcs 8 Pcs 20 Ft 1 Pc 2 Pcs 5 Pcs 1 Pc 1 Pc 1 Pc 3 Gal 2 Gal 1 Itr 1 Pc 1 Pc 20 Mtrs 1 Pc 7 Mtrs 2 Pcs 2 Pcs 1 Set 5 Mtrs 1 Pc 1 Set 1 Pc 1 Pc 2 Tanks 4 Tanks 2 Pcs 2 Pcs 4 Pcs 1 Pc 10 Mtrs 15 Mtrs 2 Pcs 1 Set 1 Pc 2 Pcs 1 Pc 1 Pc 1 Pc 1 Set 1 Pc 5 Mtrs 3 Pcs 2 Pcs 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Activities Schedule Advertisement/posting Of Ib February 20, 2025  Bulletin Board Of The Pgom February 20, 2025  Pgom Website – Www.ormindoro.gov.ph February 20, 2025  Geps Website – Www.philgeps.net February 20, 2025 Issuance Of Bidding Documents February 20, 2025 To March 11, 2025 Pre-bid Conference February 27, 2025 At 10:00 Am Ppeso Conference Room Deadline Of Submission Of Bids March 11, 2025 At 9:30 Am At Ppeso Conference Room Opening Of Bids In Sealed Envelope March 11, 2025 At 10:00 Am At Ppeso Conference Room A) Eligibility Requirements And Technical Proposal March 11, 2025 At 10:00 Am At Ppeso Conference Room B) Financial Proposal March 11, 2025 At 10:00 Am At Ppeso Conference Room 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 To March 11, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section Will Hold A Pre-bid Conference On February 27, 2025 At 10:00am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Procurement Division Goods And Services Section, On Or Before March 11, 2025 At 9:30 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 11, 2025 At 10:00 Am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Pgom – Procurement Division Goods And Services Section Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Marissa O. Acuzar Bac For Goods And Services Provincial Capitol Complex Camilmil, Calapan City Oriental Mindoro 5200 Antonio M. Magnaye, Jr. Bac Chairperson
Closing Soon11 Mar 2025
Tender AmountPHP 1.9 Million (USD 34.4 K)

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Description: 4810-01-134-5156, Valve, Solenoid
Closing Date18 Apr 2025
Tender AmountRefer Documents 

Presidential Management Staff Tender

Machinery and Tools
Corrigendum : Tender Amount Updated
Philippines
Details: Description Items: 10pcs - Polypropylene Random Copolymer (ppr) Pipe 1/2 10pcs - Ppr Elbow 1/2 10pcs - Ppr Elbow With Thread 1/2 10pcs - Ppr Tee With Thread 1/2 20pcs - Teplon Tape 3/4 10pcs - Ppr Coupling 1/2 1 Set - Pr Fusion Welding Machine • Dual Heating Element • Heaters Of Stainless Steel • Equipped With Thermostat • Can Withstand Heat Up To 300°c • Condition Temperature Of 20°c - 50°c • Humidity Of 45% - 95% • Power Supply Of 220 - 240v Ac • Heat Terminal Temperature Of 300 - 10°c" 20pcs - Gooseneck Kitchen Sink Faucet Flexible (stainless) • Single Handle Faucet • Quarter Turn Single • Lever Flexible Spout • Dual-use Nozzle" 10pcs - Flush Valve (1 1/2 X 1 1/4) Water Closet (heavy Duty) 10pcs - Flush Valve (1 1/2 X 1 1/4) Urinal (heavy Duty) 10pcs - Flexible Hose 1/2 X 3/8 X 12inch Stainless 40pcs - Bidet Hose (2 Meter Long) 10pcs - Bidet (heavy Duty) 20pcs - Lavatory Sink Faucet Lever Handle (stainless) 10pcs - Angle Valve 1-way Heavy Duty (stainless) 10pcs - Angle Valve 2-way Heavy Duty (stainless) 4pcs - Solvent Cement 400cc Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx For Price Quotations (preferably Through Email) And Any Inquiries, Please Look For Mr. Jonathan Galos (please See Attached Quotation Form For Reference) Contact Details: Telephone Number - 88768450 Loc. 1053 & 1055 Mobile/viber Number - +639192536812 Email: Jayjay.galos@pms.gov.ph Delivery Address: Pms Building, Arlegui St., San Miguel Manila
Closing Soon6 Mar 2025
Tender AmountPHP 196.5 K (USD 3.3 K)

DEFENSE LOGISTICS AGENCY USA Tender

United States
Description: Spares Procurement Of Body, Valve platform: B-2 nsn: 4810013193821fw pn: 799648-100 notice Id (pr#) Fd20302402305 dept Of Defense dept Of The Air Force afmc air Force Sustainment Command 423 Scms/gumc north American Industry Classification System (naics) Code: 336413 (other Aircraft Parts And Auxiliary Equipment Manufacturing) sba Size Standard: 1,250 Employees requirement Information: New Manufacture Of B-2 Body Valve place Of Performance: Tinker Afb, Ok 73145 Usa contact Information: dla Aviation At Okc/dlr Procurementoperations dla Aviation/aob Sources Sought: Dlaaviation.aob.sourcessought@us.af.mil interested Sources Must Select “add Me To Interested Vendors” Button Above Or Below To Be Considered Participants In This Market Research Effort. there Is No Solicitation Available At This Time. Requests For A Solicitation Will Not Receive A Response. this Sources Sought Synopsis (sss) Is In Support Of Market Research Being Conducted By The United States Air Force (usaf). This Market Research Is Being Conducted To Increase Competition For This Requirement By Identifying Potential Sources And To Gauge Small Business Interest To Determine Whether Or Not This Requirement Can Be Satisfied With A Small Business Set-aside. the Government Will Use The Information Gathered Through Publication Of This Sss To Determine The Best Acquisition Strategy For This Requirement. The Government Is Interested In All Potential Sources Including Small Businesses, Small Disadvantaged Businesses, 8(a) Businesses, Service-disabled Veteran-owned Small Businesses, Hubzone Small Businesses, Women-owned Small Businesses, Etc. the 423 Scms/gumc Supply Chain Management Squadron Located At Tinker Air Force Base Is Requesting Information, Pursuant To Far Part 10, In Support Of Market Research To Identify Potential Sources For The Spares Procurement Of The Nsn Listed Above/below. requirements: potential Sources Shall Be Capable Of Furnishing All Labor, Materials, Facilities And Equipment Required To Accomplish The New Manufacture Of The Item(s) Listed Below. Generally, This Entails The Procurement/manufacture Of Component Parts, Inspection, Testing, Preservation/packaging, And Shipping. Additionally, Potential Sources May Be Responsible For Supply Chain Management, Logistics Planning, Forecasting Production Requirements, Long-lead Time Parts Procurement, Diminishing Manufacturing Sources And Material Shortage Issues, And Shipping Serviceable Assets. The Unit Prices Will Be Established At The Time Of A Contract Award For The Item(s) Listed Below. potential Sources May Be Responsible For Nonrecurring Engineering Costs Associated With Becoming An Approved Source. estimated Solicitation Information: estimated Solicitation Date: July 2024 estimated Solicitation Closing/response Date: August 2024 pr#: Fd20302402305 item Information: nomenclature/noun: Body, Valve national Stock Number (nsn): 4810013193821fw part Number (p/n): 799648-100 application: B-2 amc/amsc: 4p production Information: p/n Nsn Noun Estimated Requirement 799648-100 4810013193821fw Body, Valve 07ea note: The Oc-alc Source Approval Information Booklet, As Referenced By The Qualification Requirements (qrs), Provides Information Regarding The Purchase Of Drawings. potential Sources Wishing To Be Qualified To Perform The Requirement Specified Above Are Required To Complete A Source Approval Request (sar) Package As Specified In The Qrs For This Item. qrs And Engineering Data List (edl), If Applicable, Are Attached To This Notice. The Qr Attached To This Document Is For Reference Only. The Official Synopsis Of The Qrs For This Item Can Be Found By Searching Https://sam.gov For The Keyword Mqr-psd-1. Changes To The Item List Or Qrs Will Be Published To The Official Solicitation, Not This Notice. government Provided Data Is Annotated On The Edl Attached To This Posting. Absence Of An Edl Indicates The Government Cannot Provide Technical Data And That Potential Sources Are Required To Independently Acquire The Necessary Technical Data To Satisfy This Requirement. if Drawings Are Listed On Edl, Requests For Engineering Drawings In Response To Sss Posting Should Be Submitted Using An Excel Spreadsheet And Send To: tinker Engineering Drawings Public Sales Desk Email: ocalc.lgldo.public@us.af.mil phone: 405-736-4676, Or Dsn: 336-4676 source Approval for Questions Regarding The Tinker Sar Process Or Related Issues, These Inquiries Should Be Submitted To The Afsc Small Business Office At: afsc/sb 3001 Staff Drive, Suite 1ag 85a tinker Afb, Ok 73145-3009 email: Afsc.sb.workflow@us.af.mil website: Https://www.afsc.af.mil/units/sbo/index.asp the Actual Sar Package Submission Itself Shall Be Submitted Electronically Through Dod Safe Https://safe.apps.mil/. Dod Safe Is A Safe And Secure Option For Large File Submissions. If You Have A Pki Certificate, Thesar Can Be Sent Directly To The Poc Email Addresses Below Via Dod Safe. If You Do Not Have A Pki Certificate,then You Must Send A Standard Email Message To The Poc Email Addresses Below, And Ask That They “request Adrop-off” To Your Email Address Via Dod Safe, Which Will Enable You To Be Able To Upload The Sar Submission package Documents To Dod Safe. 429scms.saspo.workflow@us.af.mil And Stacy.cochran@us.af.mil. disclaimer: this Sss Is Issued Solely For Informational And Planning Purposes. It Does Not Constitute A Solicitation (request For Information, Request For Proposal, Or Request For Quotation) Or A Promise To Issue A Solicitation In The Future. the Information In This Notice Is Based On Current Information As Of The Publication Date. The Information In This Notice Is Subject To Change And Is Not Binding To The Government. If Changes Are Made, Updated Information Will Be Provided In Future Notices And Will Be Posted On The Federal Business Opportunities Website At Https://sam.gov. Responses To This Sss May Or May Not Be Returned. Contractors Not Responding To This Sss Will Not Be Precluded From Participation In Any Future Solicitation. estimated Solicitation Information the Government Requests That Interested Parties Respond To This Notice If Applicable And Provide The Requested Information In Part I Below. part I. Business Information please Provide The Following Business Information For Your Company/institution And For Any Teaming Or Joint Venture Partners: • Company/institute Name: • Address: • Point Of Contact: • Cage Code: • Phone Number: • E-mail Address: • Web Page Url: • Size Of Business Pursuant To North American Industry Classification System (naics) Code: • Based On The Above Naics Code, State Whether Your Company Is: • Small Business (yes / No) • Woman Owned Small Business (yes / No) • Small Disadvantaged Business (yes / No) • 8(a) Certified (yes / No) • Hubzone Certified (yes / No) • Veteran Owned Small Business ( (yes / No) • Service Disabled Veteran Small Business (yes / No) • Unique Entity Id (uei) • A Statement As To Whether Your Company Is Domestically Or Foreign Owned (if Foreign, Please Indicate Thecountry Of Ownership). as Stated Above, This Sss Is Issued Solely For Informational And Planning Purposes, And No Funds Are Available Tofund The Information Requested. The Information In This Notice Is Current As Of The Publication Date But Is Subject To Change And Is Not Binding To The Government. Oral Submissions Are Not Acceptable For Any Requested Information. note: Potential Sources Should Only Submit Questions Regarding This Post To The Above Email Address. Do Not Contact The Originator Of This Post With Questions. interested Sources Must Select “add Me To Interested Vendors” Button Above Or Below To Be Considered Participants In This Market Research Effort.
Closing Date23 Jul 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|taylor Fasching, N741.9|gd0|see Email|taylor.m.fasching.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| desired And Required Time Of Delivery (june 1997)|29|001|21|180||||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| 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|tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (nov 2023)|13|||||||||||||| 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|332919|750|||||||||||| type Of Contract (apr 1984)|1|firm-fixed| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Purpose Of This Amendment Is To Update The Following: the Closing Date For Quotes Is Hereby Extended To 19 March 2025. all Other Terms And Conditions Remain The Same. the Purpose Of This Amendment Is To Extend The Closing Date To 31 October 2024. all Other Terms And Conditions Remain The Same. the Purpose Of This Amendment Is To Extend The Closing Date For Quotes To 18 September 2024. all Other Terms And Conditions Remain The Same. this Solicitation Is Issued Pursuant To Emergency Acquisition Flexibilities (eaf). Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^ all Freight Is Fob Origin. the Resultant Award Of This Buy Solicitation Will Be Issued Bilaterally, Requiring The Contractors Written Acceptance Prior To Execution. Verify Nomenclaturee, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. Unit Price:__________ Firm Total Price:__________ Firm Procurement Turnaround Time (ptat) :__________ Awardee Cage: __________ Inspection & Acceptance Cage, If Not At Source:__________ offerors Whose Company Size Is Greater Than The Size Standard For The Applicable Naics Infar52.204-8 Herein(750 Employees) Shall Submit A Small Business Subcontractingplan With Their Proposal, In Accordance With Far 52.219-9. in Accordance With Far 252.215-7009 The Proposal Must Include The Completed Proposal Adequecy Checklist. Proposals Submitted Via Neco Are Not Acceptable. Please Submit Proposal And Checklist Via Email To __________________________. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,linear,direct . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,linear,direct Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;78062 21825-001; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 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 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: commander, Indian Head Division, Naval Surface Warfare Center code 8410p, 101 Strauss Avenue indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: contracting Officer navsup-wss code 87321 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: commanding Officer navsup-wss code 009 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: commanding Officer navsup-wss code 1 Support Branch 700 Robbins Avenue philadelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
Closing Date19 Mar 2025
Tender AmountRefer Documents 

Kuwait National Petroleum Company - KNPC Tender

Others
Kuwait
Description: Rfq#2133704_repair Of Gcv / Srv "valves"
Closing Date2 Apr 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others...+2Civil And Construction, Pipe Line Project
United States
Details: Statement Of Work (sow) uscgc Haddock fire Main Piping Repairs background: damaged Piping On Discharge Side Of Fire Main System. Damage Is Due To Corrosion And Has Created A Small Leak On Piping. Due To Level Of Corrosion A New Section Of Piping Will Need To Be Fabricated And Welded In Place. reference: coast Guard Drawings coast Guard Drawing 87 Wpb 521-001, Rev H, Firemain Piping. coast Guard Publications surface Forces Logistics Center Standard Specification 0740 (sflc Std Spec 0740), 2022, Welding And Allied Processes scope Of Work: task Description: crop And Renew Approximately Three (3) Linear Feet Of 2-1/2” Fire Main Piping And Associated Fittings/flanges From The Discharge Side Of The Fire/bilge Pump To The Flange Of The 2-1/2” Wafer Check Valve. See Elevation 42-e And Firemain Piping Diagram On Sheet 2 Of Coast Guard Drawing 87 Wpb 521-001 For Guidance. requirements: piping Renewals. Using Coast Guard Drawings 87 Wpb 521-001 As Reference, The Contractor Must Perform All Repair Tasks Designated In Task Description. renew Any Valve Label Plate That Is Unreadable, Damaged, Broken, Lost, Etc., As Applicable With The Appropriate Valve Designation As Shown On The Applicable Compartment Check-off List As Designated By The Coast Guard Inspector. hydrostatic Test. After All Authorized Repairs, The Contractor Must Hydrostatically Test All New And Disturbed Welded Piping And Components Of The Seawater Cooling And Firemain System In Accordance With Sflc Std Spec 0740, Appendix C, Hydrostatic Test. Ensure Zero Leakage From Or Permanent Deformation Of Pressure-containing Parts By Repairing All Leaks, Deformations, And Discrepancies. Submit A Cfr. leak Test. After Completing All Authorized Mechanical (i.e. Threaded, Bolted, Etc.) Joint Repairs, The Contractor Must Test The Seawater Cooling And Firemain System's Operation Using The System Fluid At Normal Operating Pressure. Ensure Zero Visible Leakage From Or Deformation Of Mechanical Parts By Repairing All Leaks And Discrepancies. Submit A Cfr. operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr. touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Surfaces To Match Existing Adjacent Surfaces In Accordance With Sflc Std Spec 6310, Paragraph 3.1.13 (touch-ups And Minor Coating Repairs.) all Work Shall Be Accomplished With The Best Standard Practices, And By Workmen Thoroughly Experienced In The Required Trades. The Work Shall Be Supervised By Experienced Personnel And Shall Be Satisfactory To The Engineer Petty Officer. period Of Performance: contractor Shall Complete Repairs And Provide Deliverable Product Within 3 Weeks Of Contract Being Awarded. Approximate Dates To Begin Repair 01jul2024. place Of Performance: piping Has Been Removed By Ship’s Crew. Vendor Will Need To Have Adequate Facilities Or Equipment To Conduct Repairs With Piping Off Cutter. point Of Contact And Cutter Location: cpo Connor Green, 406-399-0209 uscgc Haddock (wpb-87347) 2710 N Harbor Dr san Diego, Ca 92101 phone: 406-399-0209 note: The Uscg/government Reserves The Right To Award On An All Or None Basis That Is The Government May Issue A Purchase Order (po) To The Offeror That Submits The Lowest Aggregate Price Rather Than Issue A Purchase Order To Each Offeror Based On The Lowest Quotation On Each Item. as Stated Below, The Provision At Far 52,212-2, Evaluation-commercial Items-applies With The Following Addenda: award Of A Contract Will Be Based On The Following Criteria: The Purchase Order Will Be Awarded As A Firm Fixed Price Contract Using Simplified Acquisition Procedures In Accordance With Far Part 13.5. 1. Please Provide Any Warranty Information. 2. Vendors Must Be Registered In Www.sam.gov the Uscg/government Intends To Award A Purchase Order Resulting From This Synopsis/solicitation To The Responsible Contractor Whose Quote Conformed To The Solicitation Which Will Be Most Advantageous And The Best Value To The Government, Price And Other Factors Considered. please Note: Interested Offerors Having The Expertise As Required Are Invited To Submit A Firm Fixed Price Quotation That Will Be Considered By The Agency. Quotations Must Be Submitted On Company Letterhead Stationery And Must Include The Following Information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered For Prompt Payment, (7) Company Unique Entity Id (uei) And Cage Code.. quotes Must Be Received No Later Than Thursday, June 27, 2024 At 09:00 A.m. Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent To Timothy Ford At Email Address – Timothy.s.ford@uscg.mil And Carbon Copy Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil . any Questions Or Concerns Regarding Any Aspect Of The Rfq Must Be Forwarded To The Contracting Officer, Cwo3 Stacy Spalding At Email Address Stacy.j.spalding@uscg.mil And Carbon Copy Timothy Ford At Email Address Timothy.s.ford@uscg.mil . the Following Far Clauses And Provisions Apply To This Acquisition: far 52.212-1 - Instructions To Offerors - Commercial Items (oct 2018) far 52.212-2 - Evaluation - Commercial Items (oct 2014) Award Will Be Made To The Offeror Proposing The Best Value To The Government Considering Specification, Price, Past Performance And Quality. far 52.212-3 - Offeror Representations And Certifications - Commercial Items (oct 2018) To Include Alt I (oct 2014). Offeror Is To Complete The Annual Representations And Certification Electronically Via The System For Award Management (sam) Web Site Accessed Through Http://www.sam.gov . far 52.212-4 - Contract Terms And Conditions -commercial Items (oct 2018) With The Following Addenda's. far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (jan 2019) the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.252-2 - Clauses Incorporated By Reference (feb 1998), The Full Text Of The Clause May Be Accessed Electronically At Internet Address Http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (duns) Number Is The Primary Identifier In Far 52.204-7 - System For Award Management (oct 2018). contractors Are Located And Identified In Sam By Their Uei Number. To Facilitate Payment Via Electronic Funds Transfer - Sam, Contractors Should Be Registered In Sam. A Uei Number Can Be Obtained Via Www.dnb.com And Sam Registration Can Be Obtained Via Www.sam.gov. the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.222-3 - Convict Labor (jun 2003) far 52.222-19 - Child Labor Cooperation With Authorities And Remedies ((jan2020) (e.o.13126). far 52.222-21 - Prohibition Of Segregated Facilities (apr 2015) far 52.222-26 - Equal Opportunity (sep 2016) far 52.222-35 - Equal Opportunity For Veterans (jun 2020) (38u.s.c.4212). far 52.222-36 - Equal Opportunity For Workers With Disabilities (jun 2020) (29u.s.c.793). far 52.222-37 - Employment Reports On Veterans (jun 2020) (38u.s.c.4212). far 52.222-50 - Combating Trafficking In Persons (oct 2020) (22u.s.c.chapter78 And E.o. 13627). far 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) far 52.225-1 - Buy American Supplies (jan2021) (41u.s.c.chapter83). (51) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).far 52.232-33 - Payment By Electronic Funds Transfer - Systems For Award Management (oct 2018) far 52.233-3 - Protest After Award (aug 1996) far 52.233-4 - Applicable Law For Breach Of Contract Claim (oct 2004) *the Above/following Clauses Are Incorporated By Reference, Entire Clause(s) Available At Http://www.arnet.gov/far. notice To Offerors Concerning Representations And Certifications: this Solicitation Contains Far Clause 52.204-7, Central Contractor Registration And Far Provision 52.204-8, Annual Representations And Certifications. In Accordance With Far 4.1201 (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications Sam Accessed Via Https://www.acquisition.gov. Please Ensure Completion Prior To Submission Of Your Quote. Also Note That Paragraph (b) Of Far 52,204-8 Applies.
Closing Date27 Jun 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Solicitation Or A Request For Quotation (rfq) And No Contract Or Purchase Order Will Be Awarded From This Notice. There Is No Solicitation, Specifications Or Drawings Available At This Time. military Sealift Command (msc) Is Seeking Eligible Businesses For The Regular Overhaul And Dry Docking (roh/dd) Of The Usns Kanawha (t-ao 196) Commencing On Or About 15 March 2025 For A Period Of One Hundred One (101) Calendar Days. The Usns Kanawha Has An Overall Length Of 677 Ft 6 In, A Beam Of 97 Ft 6 In And A Draft Of 36ft. Work Is To Be Performed At The Contractor’s Facility On Or About The Above-mentioned Dates. Area Of Consideration Is East/gulf Coast. The Estimated Issue Date Of The Solicitation Is On Or About 15 August 2024. major Work Items Associated With This Availability Include: General Services For Ship, Clean And Gas Free Tanks, Voids, Weather Deck Non Skid Renewal, Tao187-csi-tank Deck Overhead Preservation, Tank Repairs From Abs Inspections, Cargo Tank Preservation, Tao187-swi-clean And Gas Free Tanks Voids Cofferdams And Spaces (single Hull Only), Ssdg Engine Service - Bergen (80k Hrs) (scsi), Replace Afff Weather Deck Piping - Zone 3, Heavy Oil Equipment Removal (talt 0852), Lifeboat And Davit Service And Inspection (5 Yr) (ccsi), Drydocking And Undocking The Vessel (2.5 Yr) (ccsi), Propeller Maintenance And Hub Replacement, Overhauling Sea Valves (5 Yr) (ccsi), Underwater Hull Cleaning And Painting - Spot Blast (5 Yr) (ccsi), Freeboard Preservation (2.5 Yr) (ccsi), Unrep Station No 6 Steel Repairs, Hp Air Flask Inspection And Preservation (15 Yr) (csi) after Issuance, Solicitation And Supporting Documents Will Be Made Available On The Sam Website Https://www.sam.gov, As Well As The Piee Module. All Small Businesses, Service-disabled Veteran-owned Small Businesses, Certified Hubzone And Certified 8(a) Small Businesses Are Encouraged To Respond. The Government Will Determine Whether A Set-aside Acquisition In Lieu Of Full And Open Competition Is In The Government’s Best Interest. This Office Anticipates Award Of A Contract On Or About 14 January 2025. The Appropriate Naics Code Is 336611. This Is A Market Research Tool Used To Determine The Availability And Adequacy Of Potential Small Business Sources Prior To Determining The Method Of Acquisition And Issuance Of An Award. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Sources Sought. It Is Requested That Interested Businesses Submit To The Contracting Office A Brief Capabilities Package Demonstrating Ability To Provide The Requested Items. This Document Shall Provide At A Minimum The Following: company Profile To Include Number Of Employees, Office Location(s), Duns Number, Cage Code And A Statement Regarding Small Business Designation the Facility Where The Work Will Be Performed partnership, Teaming, Joint-ventures Or Mentor Agreements With Any Large Businesses. submission Of A Capabilities Statement Is Not A Prerequisite To Any Future Offerings But Participation Will Assist The Government In Tailoring The Requirement To Be Consistent With Industry. responses Are Due No Later Than 05 July 2024 At 4:00 Pm Eastern Standard Time. Responses Shall Be Sent Via Email Directly To Marcin.krauze.civ@us.navy.mil. Mailed Submissions Of The Capabilities Package Will Not Be Accepted.
Closing Date5 Jul 2025
Tender AmountRefer Documents 
3411-3420 of 3538 active Tenders