Vehicle Tenders
Vehicle Tenders
Luton Council Tender
Energy, Oil and Gas...+2Electrical and Electronics, Electrical Works
United Kingdom
Closing Date25 Feb 2025
Tender AmountRefer Documents
Description: At1259 Provision Of Luton Local Electric Vehicle Infrastructure Project Concession (the Levi Project)
DEPT OF THE NAVY USA Tender
Others
United States
Closing Soon13 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|n711.13|bh5|717-605-2462|rachael.l.costanzo.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|mil-i-45208|
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo|n/a|to Be Determined (tbd)|n00104|tbd|tbd|w25g1u|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|333914|750||||||||||||
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. ^^
a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Rachael.l.costanzo.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. Must Adhere To Iuid Requirements Of Dfars 252.211-7003
f. 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.
g. 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)
h. 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.
evaluation Factors:
evaluation Utilizing Simplified Acquisition Procedures The Government Will Issue An Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And A Non-price Factors. The Following Factors Will Be Used To Evaluate
quotations: 1) Price. 2) Past Performance. The Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications
between Contracting Parties, Proactive Management, And Customer Satisfaction. 3) Supplier Performance Risk As Described In Dfars 252.204-7024. (end Of Provision)
quotes Shall Be Received No Later Than The Date Specified In The Solicitation In Order To Be Considered.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Pump Hdy Gear Mod .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order,
however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
document Ref Data=mil-std-130 | | |n |121116|a| | |
document Ref Data=mil-i-45208 | | |a |810724|a| 1| |
document Ref Data=iso9001 | | | |010417|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Pump Hdy Gear Mod Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;91161 62760
66200 62760;
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 Spcc Contracting Officer Has Been Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer
will Be Acceptable For Government Evaluation. When Notifying The Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not
effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection/quality System Acceptable To The Government. The Inspection System Requirements For This Contract/purchase Order Shall Be In Accordance With Mil-i-45208. Suppliers
certified To Perform Under Iso 9001 Or Iso 9002 Are Granted Permission To Utilize The One Desired In Lieu Of Mil-i-45208.
4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During
the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. 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.
DEPT OF THE ARMY USA Tender
Aerospace and Defence
United States
Closing Soon12 Feb 2025
Tender AmountRefer Documents
Details: Simulator, Projectile, Ground Burst: Mini Blast, Xm183 simulator, Explosive Detonation: High Order, Xm184 simulator, Missile: Incoming Rocket Propelled Grenade, Xm185 simulator, Small Arms Fire, Tracer Fire-back, Xm186 introduction the Army Contracting Command – New Jersey (acc-nj) Is Using This Sources Sought Announcement To Provide Information To Industry About The Family Of Battlefield Effects Simulators. The Purpose Of Providing This Information Is To Conduct Ongoing Market Research And To Identify Interested Sources Capable Of Manufacturing And Delivering The Xm183, Xm184, Xm185, And Xm186 Pyrotechnic Simulators. the Results Of This Market Research Will Be Used To Help Determine The Method Of Procurement, If A Requirement Materializes. Based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Procured (in Full Or In Part) Via A Small Business Set-aside (sbsa) Or Via Full And Open Competition. Multiple Awards May Be Made. All Small Business Set-aside Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions. all Contractors Interested In This Potential Future Solicitation Must Be Registered In The System For Award Management (sam). disclaimer this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal (rfp) To Be Submitted. 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. required Capabilities 1. Xm183, Nsn: 1370-01-708-4879, Dodic: La97 simulator, Projectile, Ground Burst: Mini Blast, Xm183 the La97 Xm183 Mini Blast Is Used To Produce Simulated Battlefield Effects During Unit Training Missions. This Cartridge Is Designed For Use With All Battlefield Effects Simulator (bes) Systems (omega 36 And 60, Bes Ii 36 And 60 Launcher Systems) Utilizing The Auxiliary Cartridge Or Another 12-volt Source. The Cartridges Consist Of A Waterproof Carboard Case, Electric Match, And Flash Charge. The La97 Cartridge Is Specifically Designed To Simulate A Ground Burst Or The Secondary Effect From A Rocket Propelled Grenade (rpg). This Is Accomplished By Producing A Flash/smoke/report Upon Ignition. The Audible Effect Is Greater Than 140 Decibels (db) At 20 Meters. 2. Xm184, Nsn: Tbd, Dodic: Lz08 simulator, Explosive Detonation: High Order, Xm184 the Xm184 High Order Blast Effect (hiobe) Is Used To Produce Simulated Battlefield Effects During Unit Training Missions. This Cartridge Is Designed For Use With All Battlefield Effects Simulator (bes) Systems (omega 36 And 60, Bes Ii 36 And 60 Launcher Systems) Utilizing The Auxiliary Cartridge Or Another 12-volt Source. The Xm184 Is Specifically Designed To Simulate The Effect Large Explosive Or Vehicle Born Improvised Explosive Device (vbied). This Is Accomplished By The Simulator Creating A Large Orange Fireball Effect. The Xm184 Is Free Of Burning Debris After Firing And Safe To Use And Set Up. For Example, The Xm184 Can Be Fired In The Back Of A Pickup Truck Without Damaging The Vehicle. 3. Xm185, Nsn: 1370-01-719-1296, Dodic La99 simulator, Missile: Incoming Rocket Propelled Grenade, Xm185 the La99 Xm185 Rpg On A Wire Is Used To Produce Simulated Battlefield Effects During Unit Training Missions. This Cartridge Is Designed For Use With All Battlefield Effects Simulator (bes) Systems (omega 36 And 60, Bes Ii 36 And 60 Launcher Systems) Utilizing The Auxiliary Cartridge Or Another 12-volt Source. The Simulator Consists Of A Foam Tipped Carboard Case Tube, Rocket Motor, Electric Match, Line, And Tensioner. The Xm185 Is Specifically Designed To Simulate The Effect From A Rocket Propelled Grenade (rpg). This Is Accomplished By The Simulator Propelling Itself Down The Line Producing A Smoke Trail And The Audible Effect Of An Rpg Attack. 4. Xm186, Nsn: 1370-01-719-6338, Dodic Lb01 simulator, Small Arms Fire, Tracer Fire-back, Xm186 the Lb01 Xm186 Tracer Fire Back Is Used To Produce Simulated Battlefield Effects During Unit Training Missions. This Cartridge Is Designed For Use With All Battlefield Effects Simulator (bes) Systems (omega 36 And 60, Bes Ii 36 And 60 Launcher Systems) Utilizing The Auxiliary Cartridge Or Another 12-volt Source. The Simulator Consists Of 60 Tubes With A Pellet In Each, Four Electric Matches, And Base Plate. The Xm186 Is Specifically Designed To Simulate The Effect From A Hostile Small Arms And Crew Served Weapons Fire. This Is Accomplished By The Simulator Propelling A Self-consuming Pellet To Simulate A Tracer Round. The Xm186 Has Four Salvos Of 15 Shots And Is Capable Of Operation On All-weather Situations Present On The Training Ranges. interested Companies Should Respond By Providing The Government The Following Information: A Brief Summary Of The Company's Capabilities (a Description Of Facilities, Personnel, And Past Manufacturing Experience As It Relates To The Above Criteria) And Availability. Interested Companies Should Provide Minimum And Maximum Monthly Production Capability (and If Manufacturing Resources Are Shared With Other Item/production Lines). Additionally, It Is Requested That Respondents Provide The Minimum Procurement Quantity (mpq) Required For Economical Production. A Respondent To This Survey Should Be Able To Show Adequate Technical And Manufacturing Capability And Satisfactory Past Performance In The Explosives Processing Industry. A Respondent To This Market Survey/sources Sought Must Have Available A Majority Of The Skills And Facilities That Are Required To Manufacture This Item. If A Respondent Does Not Have The Adequate Resources (technical, Manufacturing, Personnel, Etc.) Available, The Respondent Must Be Able To Describe And Demonstrate His Or Her Ability To Obtain These Resources In A Timely Fashion. If A Respondent Chooses To Utilize The Services Of Sub-tier Vendors Or Subcontractors, Those Vendors Or Subcontractors Must Also Meet These Criteria. All Contractors Interested In This Potential Future Solicitation Must Be Registered In The System For Award Management (sam) Database. performance Specifications any Interested Parties Who Wish To Request A Copy Of The Specs Must Provide A Signed And Approved Dd Form 2345 Military Critical Technologies Data Agreement. If An Interested Party Is Not Based In The U.s., A Copy Of Their Approved Export License Issued By The U.s. Department Of State Must Be Provided As Well. After Receipt Of These Documents, The Contract Specialist Will Provide An Amsta-ar Form 1350 Technical Data Questionnaire And A Completed And Signed Non-disclosure / Non-use Agreement For Completion. When All Completed Documents Are Received By The Contract Specialist, The Tdp Will Be Sent. Interested Parties Must E-mail All Signed And Approved Forms To: united States Army Contracting Command - New Jersey acc-nj-et bldg. 9 attn: Ryan Fiorellini picatinny Arsenal, Picatinny, Nj 07806-5000 ryan.n.fiorellini.civ@army.mil destruction Notice Export-controlled Technical Data: For Classified Documents, Follow The Procedures In Dod 5220.22-m, Industrial Security Manual, Section 11-19 Or Dod 5200.1-r, Information Security Program Regulation, Chapter Ix. For Unclassified, Limited Documents, Destroy By Any Method That Will Prevent Disclosure Of Contents Or Reconstruction Of The Document. eligibility the Naics Code For This Contract Is 325920 With A Business Size Standard Of 750 Employees. Respondents Should Indicate Their Business Size In Their Response. submission Details interested Businesses Should Submit A Brief Capabilities Statement Package (no More Than Ten 8.5 X 11 Inch Pages, Font No Smaller Than 10 Point) Demonstrating Ability To Provide The Products/systems Listed In This Technical Description. Documentation Should Be In Bullet Format. No Phone Or Email Solicitations With Regards To The Status Of The Rfp Will Be Accepted Prior To Its Release. your Response To This Sources Sought, Including Any Capabilities Statement, Shall Be Electronically Submitted To The Contract Specialist, Ryan Fiorellini, And Contracting Officer, Steven S. Ghazi, In Either Microsoft Word Or Portable Document Format (pdf), Via Email Ryan.n.fiorellini.civ@army.mil And Steven.s.ghazi.civ@army.mil By The Due Date Of This Market Survey No Later Than 12:00 Pm Est. The Information Must Be Submitted 30 Calendar Days From The Date Of This Publication. If A Formal Solicitation Is Generated At A Later Date, A Separate Solicitation Notice Will Be Published. No Award Will Be Made As A Result Of This Market Survey. All Information Is To Be Submitted At No Cost Or Obligation To The Government. The Information Provided Will Not Be Returned. Telephone Inquiries Will Not Be Accepted. The Government Will Accept Written Questions Via E-mail Only. All Responses Shall Reference This Synopsis Number In Subject Line Of E-mail And On All Enclosed Documents. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material.
7951-7960 of 10000 active Tenders