Vehicle Tenders
Vehicle Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Soon27 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|n774.3|gyy|717-605-3918|russell.w.kreider.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||to Be Determined |n00104|to Be Determined|to Be Determined|see Schedule|to Be Determined|see Schedule||to Be Determined||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg |
equal Opportunity (sep 2016)|2|||
alternate A, Annual Representations And Certifications (oct 2024)|13|x|||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|334412|750|x|x||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| This Is A High Priority Casrep Requirement; Expedited Response Is Requested ^^
a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Russell.w.kreider.civ@us.navy.mil.
b. General Requirements: Mil-std Packaging, Government Source Inspection Required.
c. All Freight Is Fob Origin.
d. This Rfq Is For A Buy/procurement. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
e. Only A Firm-fixed Price (ffp) Will Be Accepted.
f. Must Adhere To Iuid Requirements Of Dfars 252.211-7003
g. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization.
h. Your Quote Should Include The Following Information For Justification Purposes:
- New Procurement Unit Price____________________
- Total Price _____________________
- Procurement Delivery Lead Time (ptat) _________________ Days
- Award To Cage _______________
- Inspection & Acceptance Cage, If Not At Award To Cage _____________
- Cost Breakdown Requested, Including Profit Rate (if Feasible).
- Quote Expiration Date _______________ (90 Days Minimum Is Requested).
- Delivery Vehicle (if Delivery Order Requested)(e.g. If Your Cage Has A Current Boa/idiq)
i. Important Traceability Notice:
if You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide An Official Letter And/or Email From The Oem Confirming That Your Company Is An Authorized Distributor Of Their Items.
j. Options
prospective Option Quantity Up To 100%
notes:
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government Requests Up To A 100% (4 Ea) Option For A Period Of 365 Days. The Option Grants The Government The Unilateral Authority To Increase
this Order Up To The Above Quantity Within 365 Days Of The Contract Award Date. This Will Incorporate Far Clause 52.217-6 (option For Increased Quantity) Into The Award. The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit
price Specified. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract,
unless The Parties Otherwise Agree. A Modification Will Be Completed At The Time The Option Is Exercised And All Current Contract Terms And Conditions Will Apply To The Option Quantity.
please Indicate If The Contracting Officer May Exercise The 100% Option Quantity For The Contract.
yes ____ Or No ____
or If You Request A Variation To The Option Please Let Me Know In Your Quote.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Printed Circuit Boa .
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 Printed Circuit Boa Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;24930 181570-01;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
DEPT OF THE ARMY USA Tender
Housekeeping Services...+1Textile, Apparel and Footwear
United States
Closing Date6 Mar 2025
Tender AmountRefer Documents
Description: Disclaimer: this Sources Sought Is For Planning Purposes Only. This Is Not A Request For Quote, Offer, Or Propsal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq) Or Request For Proposal (rfp), If Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement. description Of Requirement: The Rhode Island Army National Guard (riarng) Has A Requirement For The Rental, Delivery, And Laundering Of 1,000 Shop Towels. The Dirty Towels Shall Be Picked Up And Replenished With Clean Towels On A Bi-weekly Basis. We Are Not Seeking Throw-away Type Or Single-use Rags. The Rags Will Support Three (3) Maintenance Facilities Across Rhode Island, Located In Warwick, Warren, And East Greenwich. The Rags Will Be Used To Cleanup Substances Used In A Vehicle Maintenance Shop Such As But Not Limited To Dirt, Grease, Other Petroleum, Oil, And Lubricant Products, Solvents, And All-around Grime. We Would Like To Setup A Contract For These Services, To Be Paid Out On A Monthly Basis. The Desired Period Of Performance Would Be A Base Year Plus 4-option Years. submission Instructions: If Your Organization Has The Potential Capability To Provide The Above, Submit A Response To Include The Following Information At A Minimum: company Info: Organization Name, Organization Address As Registered In Sam, Cage Code/uei Number, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; capability Statement Including A Description Of The Services/products Your Company Offers, And Demonstrating The Skills, Experience, Knowledge, And Capabilities Necessary To Meet The Summary Of Requirements Outlined Above. question 1: For The 1,000 Rags Requested, Is Your Company Be Able To Support Pickup/dropoff At All Each Of The Three (3) Locations Biweekly? question 2: If The Answer To The First Question Is “no”, For The 1,000 Rags Requested, Would Your Company Be Able To Support Pickup/dropoff At A Single Location Biweekly? question 3: Please State If You Are Certified Small Business (8a, Wosb, Hubzone Or Sdvosb). The Applicable North American Industry Classification System (naics) Code For This Project Is 812332 (industrial Launderers); The Product Service Code (psc) Is S209 (housekeeping – Laundry/drycleaning). all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. All Qualified Business Concerns Are Encouraged To Respond. No Phone Calls Will Be Accepted. Do Not Submit Pricing Information In Response To This Sources Sought. questions Regarding The Requirement Are Also Encouraged. The Deadline For Response To This Request Is No Later Than 06 March 2025. all Responses Under This Sources Sought Notice Must Be E-mailed To: shane Murray, Shane.c.murray2.civ@army.mil kaitlin Simoes, Kaitlin.l.simoes.civ@army.mil
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Closing Soon25 Feb 2025
Tender AmountRefer Documents
Details: This Request For Information (rfi)/sources Sought disclaimer 1. This Rfi Is Issued For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. 2. The Submission Of Pricing, Capabilities For Planning Purposes, And Other Market Information Is Highly Encouraged And Allowed Under This Rfi In Accordance With (iaw) Far Part 15.201(e). sources Sought Description: Services Necessary For The Testing Of The Underground Storage Tanks Identified In Attachment A For The Va St. Louis Health Care System, John Cochran (jc) 915 N. Grand Blvd., St. Louis Mo 63106, And Jefferson Barracks (jb) 1 Jefferson Barracks Drive, St. Louis Mo 63125. The Services Shall Be Provided In Accordance With Current Federal (united States Environmental Protection Agency (epa)) And State (missouri Department Of Natural Resources (mdnr)) Regulations. 3. This Is Not A Solicitation Announcement. This Is An Rfi/sources Sought Only. The Purpose Of This Sources Sought/rfi Is To Gain Knowledge Of Potential Qualified Sources And Their Size Classification Relative To Naics 541380. Responses To This Sources Sought Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought, A Solicitation Announcement May Be Published. Responses To This Sources Sought Synopsis Are Not Considered Adequate Responses For A Solicitation Announcement. 4. The Department Of Veterans Affairs (va), Visn 15 Network Contracting Office, Is Seeking Sources That Can Provide The Following: the Contractor Shall Provide All Labor, Personnel, Equipment, Tools, Materials, Vehicles, Supervision, Waste Disposal, And Other Items And Services Necessary For The Testing Of The Underground Storage Tanks Identified In Attachment A For The Va St. Louis Health Care System, John Cochran (jc) 915 N. Grand Blvd., St. Louis Mo 63106, And Jefferson Barracks (jb) 1 Jefferson Barracks Drive, St. Louis Mo 63125. The Services Shall Be Provided In Accordance With Current Federal (united States Environmental Protection Agency (epa)) And State (missouri Department Of Natural Resources (mdnr)) Regulations. 5. It Is The Responsibility Of The Interested Source To Demonstrate To The Government That The Interested Parties Can Provide The Services That Fulfill The Requirement. If You Are Interested And Are Capable Of Providing The Sought-out Services, Please Provide The Requested Information As Well As The Information Indicated Below. Failure To Respond To All Questions In This Sources Sought Will Determine The Interested Party As Non-responsive Which May Affect A Set-aside Decision For A Resulting Solicitation. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: a. Please Provide Your Uei Number.
b. Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.).
c. Is Your Company Considered Small Under The Naics Code Identified Under This Rfi? d. If You Are Identified As A Sdvosb/vosb Or Sb, Identify How You Intend To Meet The Requirements Found In The Limitations On Subcontracting Far Or Vaar Clauses. (i.e., Providing At Least 51% Of The Work Outlined In Section 4 Above). e. Please Submit Your Capabilities That Show Clear, Compelling, And Convincing Evidence That You Can Meet The Requirement Described Above. 6. Responses To This Notice Shall Be Submitted Via Email To Laura Ferguson At Laura.ferguson@va.gov. Telephone Responses Shall Not Be Accepted. Responses Must Be Received No Later Than Tuesday, February 25, 2025 At 1630 Cst. If A Solicitation Is Issued It Shall Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Sources Sought. Responses To This Sources Sought Notice Are Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation.
DEPT OF THE NAVY USA Tender
Automobiles and Auto Parts
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents
Details: This Is A Source Sought Notice Only. This Is Not A Request For Quotation And In No Way Obligates The Government To Award Any Contract/purchase Order. The Regional Contracting Office – Parris Island Is Seeking Vendors Who Can Provide 1st Marine Corp District (mcd) Privately-owned Vehicles (pov) Parking Spaces To Support The Following Recruiting Locations As Indicated Below. The Intent Of The Government Is To Seek Multiple Vendors That Can Support The Location Indicated Below. All Feedback And Information Received Is For Market Research Purposes Only. officer Selection Team (ost) Providence Rhode Island 101 Dyer Street, Providence, Ri 02903 requires Two (3) Privately-owned Vehicle (pov) Parking Spaces requirement the Parking Facility Maintained By The Contractor Must Meet Or Exceed The Following requirements: parking Must Always Be Available And Accessible: 365 Days/year-24 Hours/day. premises Must Be Monitored By Security Cameras. parking May Be Indoor Or Outdoor Surface Lot But Must Always Have Lighting For Security Purposes. parking Must Be Reserved For The Marine Corps Only. Parking Spaces Are Reserved For Use By The Marines Regardless Of If They Are Being Used Every Day/every Hour. parking Must Be Within An 0.1 Mile To 0.5 Mile (walking Distance) Of Location. if Key Cards Or Other Items Are Needed To Gain Access To The Parking Garage And/or Parking Spaces, It Must Be Provided With Your Pricing. period Of Performance: The Projected Period Of Performance For Each Location Is As Follows: base Year: 12 Months (dates To Be Determined At Award) option Year 1: 12 Months (dates To Be Determined At Award) option Year 2: 12 Months (dates To Be Determined At Award) the Applicable Naics Code Is For This Source Sought Is: 812930 - Parking Lots And Garages. to Assist The Government In Conducting Market Research, Interested Vendors Please Provide Following Information: 1. Company Name, Address, Point Of Contact, Voice Number And Email Address. 2. Type Of Business (i.e., Large, Small, Small Disadvantaged, Woman-owned, Hub Zone, Serviced, Disabled Veteran-owned Small Business, Large Business, Etc.) Under North American Industry Classification System (naics) 812930, Cage Code, And Unique Entity Identification Number 3. Is Your Company Capable Of Meeting Any Of The Locations Listed For This Requirement? Please Respond “yes Or No” 4. If Your Response To Question #3 Above Is “yes”, Please Identify Which Location(s) Your Company Can Support. Also, Provide A Proof Of Capability (capability Statement For Each Individual Location And Price Estimate For Each Individual Location) questions To This Source Sought Notice Shall Be Email To The Points Of Contact Identified Below No Later Than 10:00 A.m. Eastern Standard Time On February 25, 2025 responses To This Source Sought Notice Shall Be E-mailed To The Points Of Contact Identified Below No Later Than 10:00 A.m. Eastern Standard Time On March 3, 2025 primary Point Of Contact Alternate Point Of Contact linda Green Starleana Brown linda.green@usmc.mil Starleana.brown@usmc.mil
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Closing Soon28 Feb 2025
Tender AmountRefer Documents
Details: The Mobile District, U.s. Army Corps Of Engineers (usace) Is Soliciting Lease Proposals For Approximately (1) Suite That Equals 1,000 – 1,300 Gross Rentable Square Feet Of Office Space In Knoxville, Tn For The Marines Corps Recruiting Purposes. The Delineated Area Is Within Zipcode 37902, 37916, 37919, 37922, Or 37996. the Government’s Preference Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For Professional Space To Be Used For The Marines Corps Recruiting Purposes For A Term Of 5 Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For 3 Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Must Use Government Lease. the Lease Is For A (5) Year Term With Government Termination Rights. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Building Owners. Representatives Of Building Owners Must Include The Exclusivity Agreement Granting The Right To Represent The Building Owner With Their Response To This Advertisement. **additional Information Regarding This Solicitation Will Be Provided By The Primary And Secondary Contacts Contained In This Solicitation. ***attached Documents Include: Proposal To Lease General Clauses Government Lease **** Documents Available Upon Request Construction Specifications For Initial Alterations (if Applicable) Janitorial Specifications *****solicitation For Offer (sfo) Submission Must Include: Proposal To Lease Space Document (signed By Lessor), Proposed Floor Plan, Initial Alterations Quote (if Applicable), And Exclusivity Agreement (if Applicable) notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought. All Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. Refer To Www.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg. Please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Firm Be Selected. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. Effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation, Or The Vendor Risks No Longer Being Active In Sam. Vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (known As Duns). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam. To Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
DEPT OF THE NAVY USA Tender
Machinery and Tools
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Description: Contact Information|4|n7m1.16|gpa|717-605-2828|dakota.s.bentzel.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo||tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
option For Increased Quantity (mar 1989)|1|365 Days|
option For Increased Quantity--separately Priced Line Item (mar 1989)|1|365 Days|
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|332991|1250||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 188
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25.
your Quote Should Include The Following Information: Quote Amount And Rtat Unit Price:__________ Total Price:__________ Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract. Check One: Firm-fixed-price ___ Estimated ___ Nte ___ Return Material Authorization # (rma), If Applicable:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location
awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As ""awardee Cage"": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As ""awardee Cage"":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________
the Government Intends To Add An Option Quantity To The Resultant Contract. In Reference To The Option Quantity, The Government May Increase The Quantity Of Supplies Called For In The Schedule At The Unit Price Specified. The Contracting Officer May Exercise The
option By Written Notice To The Contractor Within The Number Of Days In Far 52.217-6 Herein. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Called For Under The Contract, Unless The Parties Otherwise Agree.
important Note: Any Asset For Which The Contractor Does Not Meet The Required Rtat Will Incur A Price Reduction Per Unit/per Month The Contractor Is Late - Any Delay Determined To Be Excusable (e.g. Government Delay) Will Not Result In A Price Reduction. If A
price Reduction Is Required Due To Unexcusable Contractor Delay, The Contracting Officer Will Implement The Aforementioned Price Reduction Via A ""reconciliation Modification"" At The End Of The Contract Performance. Price Reductions Made Pursuant To This Section Shall Not Limit Other Remedies Available To The Government For Failure To Meet Required Rtats, Including But Not Limited To The Government's Right To Terminate For Default.
in Reference To The Above Important Note, The Contractor Provides The Following Price Reduction Amount Per Unit Per Month The Contractor Does Not Meet The Rtat: $__________, Up To A Maximum Of: $_________.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Ring,bearing,inner .
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 Ring,bearing,inner Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall Be
performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other Contractor
or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;17454 50280-2957;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
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 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.
6.3 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.
Roads And Highways Department Tender
Automobiles and Auto Parts
Bangladesh
Closing Date3 Mar 2025
Tender AmountRefer Documents
Description: Supply & Repair Works With Spare Parts Of Inspection Vehicle Dhaka Metro Tha-11-7075 (toyota Hi-lux Pick Up) Under Road Division Rangpur During The Fy 2024-25.
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: Presolicitation Notice/advertisement Gsa Public Buildings Service U.s. Government general Services Administration (gsa) Seeks To Lease The Following Space: state:maryland city:hyattsville delineated Area: north: I-495 east: I-495 south: I-495 west: I-295/kenilworth Avenue minimum Sq. Ft. (aboa):123,123 Aboa Sf maximum Sq. Ft. (aboa):123,123 Aboa Sf (approximately 106,120 Sf Of Warehouse Space And 17,003 Sf Of Office Space) space Type:warehouse, Office & Related Space. parking Spaces (total):6 parking Spaces (surface):6 parking Spaces (secured):0 parking Spaces (reserved):0 full Term:20 Years firm Term:10 Years option Term:10-year Renewal Term additional Requirements: ground Floor, Contiguous Space Is Required. gate Access And Fenced Perimeter Is Required. ceiling Height Of 8’-0” Clear Height For Office And 22’0” Clear Height For Warehouse Is Required. for Effective Space Utilization, A Minimum Of 18’0” Between Structural Elements Is Preferred But Not Required. floor Loads Are Required To Be A Minimum Of 200 Pounds Psf. approximately 17,003 Aboa Sf Of Office Space, 106,120 Aboa Sf Of Warehouse Space Is Required. offered Building Must Have Three (3) Loading Docks 13’ 10” Height And 21’ Width Or Other Loading Areas That Meet Agency Requirements. offered Building Must Have Two (2) Drive-in Bays, One (1) With A Dock Leveler. loading Dock(s) & Bay(s) Must Accommodate 56’0” Trucks. the Loading Area At All Loading Docks Must Be Paved Or Concrete And Able To Accommodate Turning Radius For Tow Or Flatbed Trucks To Bring Damaged Vehicles Into Premises. The Contracting Officer May Require That The Offeror Demonstrate Ability For Trucks To Successfully Maneuver The Loading Area Through A Truck Turning Radius Diagram On A Site Plan. offered Building Must Have Sufficient Parking On Site Or In The Vicinity To Accommodate Up To 40 Spaces For Employees. space Must Be Able To Accommodate A Telecommunications Room/main Distribution Facility (tr/mdf) That Can Service The Entire Suite. offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. this Procurement Will Be Subject To All The Rules, Regulations, Conditions, And Specifications Stated In The Request For Lease Proposal (rlp) Package That Will Be Sent Out Pursuant To This Pre Solicitation Notice. the Government Reserves The Right To Disregard As Inadequate Any Responses To This Notification That Fail To Include The Property-specific Information Listed Below As Being Mandatory Submissions In Responding To This Notification. not All Minimum Requirements Are Reflected In This Notification. at This Time, The Government Is Only Considering Existing Buildings. new Construction Options May Be Considered Only If The Building Can Meet The Required Delivery Date For Occupancy. expressions Of Interest Must Be Received In Writing No Later Than March 7, 2025by 5:00 Pm Eastern Time, And Should Include The Following Information At A Minimum: building Name, Age, And Address; location Of Space In The Building And Date Of Availability; aboa And Rentable Square Feet Available (identifying The Specific Floors And Square Footage On Each, With Common Area Factor) And Its Condition (shell, Or Built Out, And If So For Whom); date The Building Will Be Ready To Begin Constructing Tenant Improvements; scaled Floor Plans (as-built) Identifying Offered Space; estimated Rental Rate Per Aboa And Rentable Square Foot (rsf), Inclusive Of A Standard Gsa ‘warm- Lit Shell’, For Non-incumbent Buildings Include A Tenant Improvement Allowance (tia) Of $9.8260/aboa Sf For The Warehouse Space And $49.13/aboasf For The Office Space Only And A Bsac Allowance Of $6.00/aboasf. a Description Of Additional Tenant Concessions Offered, If Any; information On Building Ownership; And name, Address, Telephone Number, And Email Address Of Authorized Contact. owners, Brokers, Or Agents May Offer Space For Consideration. Any Properties Submitted By Brokers Or Agents Must Be Accompanied By Written Evidence That They Are Authorized By The Ownership To Exclusively Represent The Building Offered. expressions Of Interest Due:march 7, 2025 market Survey (estimated):march 2025 occupancy (estimated):december 2026 send Expressions Of Interest To: name/title:brad Seifert address:2445 M Street Nw,suite 510,washington, Dc 20037 office:(202) 652-4192 email Address:bradford.seifert@gsa.gov and To: name/title:hunter Powell/broker Contractor address:2445 M Street, Nw,suite 510,washington, Dc 20037 office:(504) 301-7139 email Address:hunter.powell@gsa.gov government Contact Information lease Contracting Officer:glenn Harvey lease Contracting Officer:jason R. Adams leasing Specialist:cheremie Frisby-spencer broker:public Properties
11-20 of 10000 active Tenders