Valve Tenders

Valve Tenders

Andhra Pradesh Power Generation Corporation Limited - APGENCO Tender

Goods
Machinery and Tools
Corrigendum : Closing Date Modified
India
Closing Soon10 Feb 2025
Tender AmountRefer Documents 
Description: Procurement Of Slide Plate For 200nb Branch Isolation Valve Of Ahp-reg

South Central Railway - SCR Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Closing Date27 Feb 2025
Tender AmountRefer Documents 
Description: Ci Scrap : Actual Lot No. 03122501 0315. Pl No.98080106 (15) (hsn Code 72044900-gst18% On Fcm Basis) Scrap Of Cond. & Unserviceable Ci Scrap Of Cls Units 3&4 Aspects Molb/eolb Balancing Weights, Point Machine Bases, Liners, Fan Hub Pullys, Cog Wheels For Lc Gate, Shoes, Surface Bases, Cls Units, Hp Lock, Vertical Wheel, Ground Lever Frame, Lb Balancing Counter Weights, Roller Stand, Surface Bases Turbows Slides Molb Winch, Point Machine Bases, Shunt Signals Valves, E Type Locks Sorts And Sizes Full Or Cut With Or Without Ms Attachments And Ms Loose Spares Location: Road No.2(image Attached) (note: 1. If Any Ss/ Corten Steel & Non-ferrous Items Found During Loading / Delivery Shall Be Return To The Railways By The Purchaser 2. In Case Of Clubbed Lots, Purchaser Has To Clear The Lots In The Sequence As Mentioned In The Lot Description And No Deviation Is Accepted. 3. No Picking And Choosing Of Material Is Permitted While Taking Delivery )

Oil And Natural Gas Corporation Limited - ONGC Tender

Works
Machinery and Tools
Eprocure
Corrigendum : Closing Date Modified
India
Closing Soon7 Feb 2025
Tender AmountRefer Documents 
Description: Replacement Of Dss Ball Valves And Dss Check Valves At Bpb Platform On Lstk Basis

Northern Railway - NR Tender

Goods
Machinery and Tools
Ireps
India
Closing Date24 Feb 2025
Tender AmountRefer Documents 
Description: Description :supply Of Solenoid Valve Palfinger Part No. Ev 3500 Make: palfinger/phooltas/stone India/rexroth Or Its Equivalent [ Warranty Period: 9 Months After The D ate Of Delivery ] ]

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

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

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Closing Date29 Oct 2025
Tender AmountRefer Documents 
Description: Intent To Sole Source Leslie Valves

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents 
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| Inspection And Acceptance - Short Version|8|x||x|||||| Desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|2|425|clin 0001ab |1|425|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|tbd|w25g1u Qty 2; W62g2t Qty 1|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Equal Opportunity (sep 2016)|2||| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| Warranty Of Data--basic (mar 2014)|2||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| Annual Representations And Certifications (may 2024)|13|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 6.any Contract Awarded As A Result Of This Solicitation Will Be Dx Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,regulating,sy . 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,regulating,sy Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 20859-001; 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.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents 
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| Inspection And Acceptance - Short Version|8|x||x|||||| Desired And Required Time Of Delivery (june 1997)|29|0001aa|12|265|0001ab|11|265|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material |n/a|tbd|n00104|tbd|tbd|w25g1u Qty 12;w62g2t Qty 11|tbd|n/a|n/ A|n/a|n/a|n/a|n/a|n/a|| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Equal Opportunity (sep 2016)|2||| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| Warranty Of Data--basic (mar 2014)|2||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| Annual Representations And Certifications (may 2024)|13|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| Packaging Update From Version 005 To 009. No Other Changes 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 6.any Contract Awarded As A Result Of This Solicitation Will Be Dx Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,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 21216-001; 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.

DEPT OF THE ARMY USA Tender

Food Products
Corrigendum : Closing Date Modified
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents 
Details: U.s. Army Contracting Division, Natick Contracting Division, Request For Pre-proposal (rfpp) Also Known As A “concept Paper.” area Of Interest: Soldier Sustainment Directorate, Combat Feeding Division. Development Of Integrated Scalable Technology For Production At The Pon Fornutritionally Tailoredrations In Military Operating Environments. objective: The U.s. Army Contracting Command, Natick, Invites Preproposals Under Botaa 22-01 Per 10 U.s.c. 4022 To Develop Automated Biomanufacturing Technology For Nutritionally Tailored Rations At The Pon In Operational Environments. This Rfpp Follows The Sources Sought Announcement (w911qy-24-biomfg) On Sam.gov And Outlines Guidelines From The Devcom Sc Botaa 22-01. Submissions Are Non-binding, And The Government Will Not Cover Submission Cost. the U.s. Army Combat Capabilities Development Command Soldier Center (devcom Sc), Located In Natick, Massachusetts, Is Seeking Proposals On The Capabilities And Willingness Of Non-traditional Defense Contractors, Or Contractors Meeting One Of The Exceptions To A Non-traditional Defense Contractor As Identified In The Aforementioned Botaa. The Intent Of This Project Is To Design, Fabricate And Assemble An Automated Prototype For The Biosynthetic Production Of Foodstuffs At The Pon In Military Operating Environments With Minimum Resources. background: The Government (devcom Soldier Center) Is Seeking A Biotechnology Integrator To Design, Fabricate And Integrate Pon Food Biomanufacturing Technology Scaled For Mobile Application And Targeted For Use In Contested Military Operating Environments Where Resources, Manpower And Space Are Limited. An Industry Day Is Planned To Be Hosted On Ms Teams And A Meeting Invitation Will Be Sent To Respondents Requesting To Participate, Dates To Be Published In The Subject Announcement On Sam.gov. project Overview: The Effort Will Be Initiated With Incremental Funding To Support The Design And Review Of The Proposed Base Fermentation Process. The Design Shall Be Configured To Rapidly Produce Nutritional Biomass. It Is Desired That The Proposed Process Be Configured To Support Future Integration And Process Optimization To Ultimately Produce High Quality Protein, Fat, Carbohydrate, Fiber And Other Vitamins And Minerals That Provide Complete Nutrition. It Is Further Desired That The Proposed Design Fosters Technology Advancement Process Optimization To Achieve The Threshold/objective Parameters Outlined In The Biosynthetic Nutrition Performance Metrics Chart. Following Approval And Availability Of Funds, The Base Process Will Be Fabricated And Integrated Within A Target Demonstrational Platform. While The Offeror Is Encouraged To Propose A Suitable Platform Upon Which The Process Will Be Configured, A Military Asset/platform May Be Provided By The Government To Support The Effort. Incremental Advancement Of The Biosynthetic Process Efficiency And Process Automation Is Also Desired. The Scope Of The Effort Will Be Focused On Development Of A Modular, Mobile Demonstrational Capability To Produce Nutritional Products (e.g. Shake, Pudding, Bar And/or Jerky) At The Pon. The Project Will Initiate With Review And Approval Of A Base Design For A Modular, Scalable Fermentation Process That Provides Accelerated Production Of A Nutritional Biomass Product And Allows For Follow-on Development And Technology Insertion Of Pre- And Post-processing Capabilities. The Ultimate Goal Of This Biosynthetic Process Is To Efficiently Utilize In-place Resources (air, Water, Minerals) For Microbial Fermentation, Prioritizing Generally Recognized As Safe (gras) Bacteria, Yeast, Or Microalgae. The System Will Emphasize Food Safety, Flexibility, And Automation Of Nutritional Biomass Production In Military Operating Environments With Limited Supplies. project Requirements: 1. Pre-processing Technologies: Integrate Feedstocks From Ubiquitous Resources (e.g., Carbon And Nitrogen Compounds From Gaseous Effluents To Include Fuel-fired Generator Effluent, Water And Other In-place Resources) For Microbial Metabolism. Supplemental Processes (e.g., Yeast Lysate Production) Could Enhance Cell Mass And Product Formation. Inputs Must Be Safe, Non-flammable, And Meet Drinking Water Standards. 2. Integrated Biosynthetic Process: Design An Automated, Modular Bioprocessing System For Military Nutrition Production. While A Developmental/commercial Platform May Be Proposed, A Modular, Scalable Platform Capable Of Leveraging Existing Platforms (e.g., Jltv Trailer-mounted Shelter/container, Tricon Or Other Suitable Platform) Is Preferred And Must Have A Footprint Sufficient To Include “fermentors” For Microbial Cultures, Pre-processed Feedstocks, And External Inputs. Future Integration Of Advanced Pre- And Post-processing Technologies Is Required. Process Integration On A Mobile Military Or Commercial-equivalent Platform Represents The Desired Threshold Capability, While Optimized Integration Of A Modular Process Capable Of Alternate/selectable Process Outputs, Scaled For Integration On An Expandable Military Platform Is Desired. The Fermentation Bioprocess Must Yield A Microbial Biomass Product That Can Be Further Developed Through Follow-on Optimization And Ultimately Validated To Meet Food Safety, Acceptability And Military Nutrition Standards (army Regulation Ar40-25) And Could Be Further Processed With Post-processing Technologies Into A Ready-to-eat Shake, Pudding, Bar Or Jerky Product. 3. Process Automation And Safety Control: As The Technology Is Advanced, It Is Desired That Standardized Programmable Intelligent Computer (pic) Or Equivalent Non-proprietary Programmable Logic Controller Be Utilized To Regulate Bioprocess Control With Appropriate Process Feedback From Process Monitoring Equipment (e.g., Ph, Dissolved Oxygen, Temperature Probes, And Mass Flow Controllers, Automated Switches/valves And Pressure Regulators/relief Valves). Automation Will Handle Feed Adjustments, With Manual Overrides For Troubleshooting. Upon Delivery Of Process Equipment, Operating And Safety Procedures, To Include Sops And Maintenance Procedures Required For Safe Operation, And Maintenance Shall Be Included With The Equipment. 4. Sub-assembly, Automation, Integration & Testing: Develop, Integrate, And Test Individual Components, Like Pre-/post-processing Systems, Optimizing Functionality For The Entire Biomanufacturing Process. 5. Food Safety Validation: It Is Intended That The Initial Phase Of The Development And Integration Of The Biosynthetic Processes Be Based On Precision Fermentation Utilizing Gras Microbial Culture(s) And Minimal Media Feedstock. As The Technology Is Advanced, It Is Desired That Compliance With Food Safety/haccp Standards And Undesirable Microbial/biofilm/fungal/mold Activity And Pathogen Detection Techniques Be Considered. Operational And Safety Procedures Shall Be Developed To Maintain Food Safety And Operator Safety With Consideration For Occupational Health & Safety Administration (osha) Compliance As The Technology Is Advanced. 6. Streamlined Production: Optimize Fermentation Processes For Biomass Production Efficiency While Maintaining Operational Flexibility Within A Modular, Scalable Biosynthetic Process. 7. Prototype Delivery: Deliver A Fully Functional, Biosynthetic Processing System Ready For Testing. 8. Size, Weight, And Power (swap) Optimization: Design The Prototype To Meet Size, Weight, And Power (swap) Limitations. Provide Alternatives For Unmet Requirements. timeline: Development Timeline Is Contingent On Ota Award And Funding Availability. Notional Work Breakdown Structure (wbs) And Milestone Schedule (ms) Shall Be Submitted As Part Of Pre-proposal And Detailed Wbs / Ms With The Full Proposal If Requested. The Length Of The Ota Includes A Base Period Of Six Months And Three 12-month Option Periods. Proposed Options May Be Sequential, Or Overlap, If The Proposed Scope Is Justified And Does Not Pose Increased Risk To Successful Completion Of The Proposed Effort. The Total Period Of Performance For The Proposed Effort Is Not To Exceed 42 Months. submission Guidelines timeline:base Period: 6 Months. Options 1–3: 12 Months Each. Detailed Wbs/ims Required In Proposals. format:preproposals (max 3 Pages) Should Include: technology Description, High-level Wbs, And Relevant Qualifications. projected Technology Readiness Level (trl) At The Beginning Of The Proposed Effort And Projected Trl And Associated Manufacturing Readiness Level (mrl) At The End Of The Proposed Effort. subcontractor / Collaborative Partners culture And Media Description And Gras Status / Documentation research Involving Human Subject Or Animals progress And Data Reporting Schedule planned Demonstration(s) With Projected Site(s), Including Contractor Site cost Estimates (base Period And Options 1–3). deadline:cob 13 January 2025 email:peter.g.lavigne.civ@army.mil; Lyndon.s.jagroop.civ@army.mil subject:[responding Organization And Rfpp Title] ** Amendment 1 ** q: Isthe Money That Will Be Supporting This Ota Is 6.2 Or 6.3 Funding? A:the Funding Category Supporting This Ota Is 6.3 Technical Demonstration. ** Amendment 2 ** the Industry Day Event Is Currently On Hold And Will Be Rescheduled At A Future Date. ** Amendment 3 ** fair Opportunity Industry Day (foid) Will Be Held February 13, 2025 At 1300. Additional Details For The Foid Can Be Found In The Attached Notice.

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Date1 Nov 2025
Tender AmountRefer Documents 
Details: Please Note – Nsns May Be Added To Any Subsequent Contract Per The Scope Of This Action. This Action’s Scope Is Listed Below. A Current Program Nsn Listing Is Attached To This Announcement. this Annoucement Is Linked To The Project's Sources Sought. The Sources Sought Contains Additional Program Information And A Market Survey Questionnaire. Please Feel Free To Review The Sources Sought And Provide A Response To The Market Survery Questionnaire. Please Provide Any Market Survey Responses Or Questions To Bret Griffin (bret.griffin@dla.mil) Or Robert Harris (robert.harris@dla.mil). the Jltvci Successor Project Will Be A 5 Year Multiple Award Contract(s) (mac) Supporting A Broad Range Of Joint Light Tactical Vehicles (jltv). The Proposed Contract Will Have An Ordering Period Of A Two-year Base Period, And Three (3) One-year Option Periods, Totaling Five (5) Potential Contract Years. Individual Orders Will Be Used To Supply The Items Within Scope Of This Contract. scope the Scope Of This Joint Light Tactical Vehicle Competitive Initiative (jltvci) Contract Includes Any Fully Competitive And/or Limited Source(s) Dod Or Dla Managed Product, Used By The Dod Or The Federal Government To Produce, Repair Or Replace Any Item, Or System, Used On These Joint Light Tactical Vehicles. The Weapon System Designator Codes (wsdcs) Within The Scope Of This Contract Include, But Are Not Limited To: Army J8a, And The Following Marine Wsdcs: O0m United States Marine Corps (usmc) General Purpose Truck, O1m Usmc Heavy Guns Carrier, O2m Usmc Close Combat Weapons Carrier, And O3m Usmc Truck Utility. The Federal Supply Classes (fsc) Covering These Items Include, But Are Not Limited To: 2010 Ship And Boat Propulsion Components 2510 Vehicular Cab, Body, And Frame Structural Components 2520 Vehicular Power Transmission Components 2530 Vehicular Brake, Steering, Axle, Wheel, And Track Components 2540 Vehicular Furniture And Accessories 2541 Weapons Systems Specific Vehicular Accessories 2590 Miscellaneous Vehicular Components 2805 Gasoline Reciprocating Engines 2815 Diesel Engines And Components 2910 Engine Fuel System Components, Nonaircraft 2920 Engine Electrical System Components, Nonaircraft 2930 Engine Cooling System Components, Nonaircraft 2940 Engine Air And Oil Filters, Strainers, And Cleaners, Nonaircraft 2990 Miscellaneous Engine Accessories, Nonaircraft 3020 Gears, Pulleys, Sprockets, And Transmission Chain 3030 Belting, Drive Belts, Fan Belts, And Accessories 3040 Miscellaneous Power Transmission Equipment 3110 Bearings, Antifriction, Unmounted 3120 Bearings, Plain, Unmounted 3950 Winches, Hoists, Cranes, And Derricks 3990 Miscellaneous Materials Handling Equipment 4010 Chain And Wire Rope 4130 Refrigeration And Air Conditioning Components 4210 Firefighting Equipment 4320 Power And Hand Pumps 4330 Centrifugals, Separators, And Pressure And Vacuum Filters 4710 Pipe, Tube And Rigid Tubing 4720 Hose And Flexible Tubing 4730 Hose, Pipe, Tube, Lubrication, And Railing Fittings 4810 Valves, Powered 4820 Valves, Nonpowered 4910 Motor Vehicle Maintenance And Repair Shop Specialized Equipment 5315 Nails, Machine Keys, And Pins 5325 Fastening Devices 5330 Packing And Gasket Materials 5340 Hardware, Commercial 5342 Hardware, Weapon System 5355 Knobs And Pointers 5365 Bushings, Rings, Shims, And Spacers 5430 Storage Tanks 5895 Miscellaneous Communication Equipment 5905 Resistor 5925 Circuit Breakers 5930 Switches 5935 Connectors, Electrical 5963 Electronic Modules 5970 Electrical Insulators And Insulating Materials 5985 Antennas, Waveguides, And Related Equipment 5995 Cable, Cord, And Wire Assemblies: Communication Equipment 5998 Electrical And Electronic Assemblies, Boards, Cards, And Associated Hardware 5999 Miscellaneous Electrical And Electronic Components 6150 Miscellaneous Electric Power And Distribution Equipment 6220 Electric Vehicular Lights And Fixtures 6350 Miscellaneous Alarm, Signal, And Security Detection Systems 6620 Engine Instruments 6625 Electrical And Electronic Properties Measuring And Testing Instruments 6650 Optical Instruments, Test Equipment, Components And Accessories 6680 Liquid And Gas Flow, Liquid Level, And Mechanical Motion Measuring Instruments 6685 Pressure, Temperature, And Humidity Measuring And Controlling Instruments 6695 Combination And Miscellaneous Instruments 7690 Miscellaneous Printed Matter 8145 Specialized Shipping And Storage Containers the Project Currently Contains 7210 Nsns That May Be Ordered During The Period Of Performance. items Are Continuously Being Cleared Technically, And Having Nsn Numbers Assigned To Them, So The List Of 7210 Potential Nsns Is Not The Entire List That May Be Added To This Procurement But Are Nsns That Are Known At This Time. all Items Within The Scope Of The Solicitation Will Be Considered On The Contract And May Be Ordered During The Period Of Performance. nsns Within The Scope May Be Added To This Initiative Or Any Resulting Contract At A Later Date. The Solicitation Will Include Dlad Procurement Note L27 – Addition And Deletion Of Items To Facilitate The Addition Of Any Future Nsns To This Initiative Or Any Resulting Contract(s). this Solicitation May Be The Only Planned Opportunity That A Contractor Will Have To Submit A Proposal For Nsns That Fall Within The Scope Of This Solicitation. all Responsible Sources May Submit An Offer/quote Which Shall Be Considered. one Or More Of The Items Under This Acquisition May Be Subject To An Agreement On Government Procurement Approved And Implemented In The United States By The Trade Agreements Act Of 1979. All Offers Shall Be In The English Language And In U.s. Dollars. All Interested Suppliers May Submit An Offer. the Solicitation Will Be Available On Dla’s Internet Bid Site (https://www.dibbs.bsm.dla.mil/rfp/) On Its Issue Date On Or About September 2, 2025. the Small Business Size Standard Is _1000__ Employees. drawings/specifications For Some Nsns Will Be Available Through The Dibbs Solicitation Link In The Synopsis On The Solicitation Issue Date. specifications, Plans Or Drawings Are Not Available Are Not Avaialable For All Nsns. the Total Duration Of This Action Shall Not Exceed 5 Years. while Price May Be A Significant Factor In The Evaluation Of Offers, The Final Award Decision Will Be Based Upon A Combination Of Price, Delivery, Past Performance, And Other Evaluation Factors As Described In The Solicitation.
3461-3470 of 3832 active Tenders