Vehicle Tenders
Vehicle Tenders
Ilocos Norte Tender
Automobiles and Auto Parts
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 154.7 K (USD 2.6 K)
Description: Supply And Delivery Of Oil And Lubricants For The Use Of General Services Office Service Vehicles , Fuels/fuel Additives & Lubricants & Anti Corrosive ,province Of Ilocos Norte
Foreign Commonwealth And Development Office Tender
Others
United Kingdom
Closing Date11 Oct 2025
Tender AmountRefer Documents
Details: Laundry, Catering, Cleaning, Vehicle Maintenance, Pest Control
Department Of Public Works And Government Services PSPC Tender
Software and IT Solutions
Canada
Closing Date30 Sep 2025
Tender AmountRefer Documents
Details: This Publication Replaces The Following Ai Source List Publication, Https://discovery.ariba.com/rfx/17888843 The Purpose Of This Procurement Vehicle Is To Establish A Pre-qualified List Of Suppliers (hereinafter Referred Source List) Who Meet All Of The Mandatory Criteria To Provide Canada With Responsible And Effective Ai Services, Solutions And Products. Subsequently, Solicitation Opportunities Will Be Competed Amongst The Pre-qualified Suppliers On The Source List For Ai Covering A Variety Of Desired Outcomes And Needs.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date8 Nov 2025
Tender AmountRefer Documents
Details: Request For Information (rfi) naval Facilities Engineering Systems Command(navfac) Engineering And Expeditionary Warfare Center(exwc) equipment Services Support (ess) Contracted Maintenance And Repair Contract At Naval Station Rota, Spain this Rfi Is Issued Solely For The Purposes Of Obtaining Information Not Readily Available To The Government For Planning Purposes, In Accordance With Far 15.201(e). It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp For Any Particular Supplies Or Services In The Future. Furthermore, The Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. all Interested Parties (small, Medium, And Large Businesses Concerns) Are Invited To Submit A Response. In Addition To The Information Requested By The Government, Interested Parties Are Encouraged To Provide Any Other Information They Deem Relevant. the Naval Facilities (navfac) Engineering And Expeditionary Warfare Center (exwc) Has A Potential Requirement For A Firm Fixed Priced, Indefinite Delivery Indefinite Quantity (idiq) To Establish An Equipment Services Support (ess) Maintenance And Repair Contract At Naval Station Rota, Spain (navsta Rota) With A 60-month Ordering Period. Exwc Is Conducting Market Research To Determine The Range Of Available Contractors And Assess Their Capabilities To Support The Navy’s Maintenance And Repair Support Contract On Navsta Rota. The Intent Of This Ess Contract Is To Have One Or More Contractors Provide Intermediate And Depot Level Maintenance And Repair Services On Naval Expeditionary Equipment Assets Located At Navsta Rota. This Support Would Include: Inspections, Maintenance, Refurbishment, Repairs, Upgrades, Modernization, And Modifications Provided To Support Of The Naval Construction Equipment And Support Vehicles That Have Deteriorated (to Various Degrees) Into A Defective, Damaged, Or Reduced Operational Condition. the Government Plans To Award The Contracted Maintenance And Repair Contract Under One Of The Following Naics Codes: 811310: Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance the Government Intends To Allow Award Of Fixed-price Task Orders Under This Idiq Contract.the Period Of Performance Or Delivery Dates For Task Orders Will Be Determined At The Individual Task Order Level. location Of Work. If Implemented, It Is Anticipated At This Time That Some Portion Of The Work Would Be Performed At The Designated Repair Facility And/or At Other Locations On Navsta Rota. Although Subject To Change, The Following Provides An Overview Of The Current Location Strategy. maintenance And Repair Services annual Safety Inspections (avsi) perform Pre-operational Checks perform Services In Accordance With Manufacturers Recommended Specifications troubleshoot Automotive And Equipment Mechanical Andelectrical Issues cycling Of Equipment spot Checks load Testing Of Generators replacement Of Tires container Repair vehicle And Equipment Restoration diesel Engine Repair transmission And Drive Train Repair repair And/or The Individual Replacement Of Automotiveand Equipment Mechanical And Electrical Parts/devices replacement Of Body Components. ability To Source Original Equipment Manufacturer Parts; And If Required, After Market Equivalents, Rebuilt, Orused Suitable Substitutes size Of Scope. If Implemented, The Contractor Would Be Responsible For Inspections, Maintenance, And Repair Of Naval Construction Equipment And Support Vehicles. Currently There Are Approximately 650 Individual Pieces Of Naval Construction Equipment And Support Vehicles Assigned To Naval Expeditionary Forces That Potentially Could Be Supported By The Maintenance And Repair Program. equipment Range. The Following List Is Intended To Provide A Small Sample Of Naval Construction Equipment And Support Vehicles That May Be Included In The Maintenance And Repair Program; It Is Not Intended To Be An All-inclusive List. Naval Construction Equipment Is Composed Of A Mixture Of Civil Engineering Support Equipment (cese), Material Handling Equipment (mhe), Weight Handling Equipment (whe), A Variety Of Support Equipment. The Exact Make-up Of Equipment Make, Model, And Type Will Change Over Time Based On The Needs Of The Navy. (1) Automotive Vehicles (e.g. Trucks, Truck Tractors, Buses, Etc.) (2) Heavy And Light Construction Equipment (includes Motorized And Non-motorized Equipment) (3) Material Handling Equipment (e.g. Forklifts, Tele-handlers, Container Handlers, Etc.) (4) Weight Handling Equipment (i.e. Cranes) (5) Specialized Construction Support Equipment (e.g.light Plants, Air Compressors, Portable Welders, Etc.) (6) Power Support Equipment (i.e. Generators, Ecu(environmental Control Units), Portable Power Panels,etc.) (7) Trailers (e.g. Towable, Fifth-wheel, Etc.) (8) International Standard Organization (iso) Shippingcontainer ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------ the Government Will Not Award A Contract On The Basis Of This Rfi And Will Not Reimburse Or Otherwise Pay For Any Information Received.this Rfi Is Issued For The Purpose Of Encouraging Communication And Exchanges Of Information Between The Government And Interested Parties. Responses To This Request Are Voluntary And The Government Will Not Pay Any Direct Or Indirect Costs For Any Information Or Materials Received In Response To This Rfi. Information Received In Response To This Rfi May Be Used To Structure Future Solicitations. All Responses Received May Be Held For An Extended Period Of Time Or Destroyed. In No Case Will Any Responses To This Rfi Be Returned To The Originator Or Information Submitted Shared With Any Other Respondents. Respondents Will Not Be Notified Of The Results Of The Market Research, Nor Will The Government Provide Feedback To Respondents With Respect To Any Information Submitted Under This Rfi.proprietary Data Shall Not Be Submitted. an Award Will Not Be Made Based On Any Information Or Offers Received In Response To This Notice. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam) Website. It Is The Responsibility Of The Potential Offerors To Monitor Those Sites For Additional Information Pertaining To This Requirement. please Provide Comments Or Questions Regarding The Proposed Strategic Service Contract Described In This Rfi. one Electronically Submitted Response Shall Be Received No Later Than 5:00pm Eastern Time On 08 November 2024 And Reference: Equipment Services Support (ess) Contracted Maintenance And Repair Contract At Naval Station Rota, Spain. submissions Should Be Limited To Ten Megabytes Or Less; And In A Format Compatible With Microsoft Office Or Adobe Pdf, And Includeattachment 1: Corporate Background Information Questionnaire interested Businesses Shall Submit Responses By Email To Desiree E. Garcia At Desiree.e,garcia9.civ@us.navy.mil And Jake O. Blas, Jake.o.blas.civ@us.navy.mil. Please Submit All Written Questions By Email To Desiree E. Garcia And Jake O. Blas. No Phone Or Email Solicitations With Regards To The Status Of Any Subsequent Rfp Will Be Accepted Prior To Its Release.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical Cables And Wires...+1Electrical and Electronics
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: 556-23-101 Renovate B134-2c Clc
july 22, 2024 construction Statement Of Work
date: July 22, 2024
project Number: 556-23-101
project Name: Renovate B134-2c Clc
location: B134 C-wing 2nd Floor Clc
captain James A. Lovell Fhcc 3001 Green Bay Rd,
north Chicago, Il 60064
part 1: Project Scope Of Work Overview:
contractor Shall Provide All Tools, Materials, Labor, Quality Assurance, And Supervision For Renovations Resulting In A Complete, Compliant, And Fully-functional Clc, Including Erection Of Temporary Enclosures Preventing The Release Of Dust Outside Of The Work Area, Selective Demolition, Metal Studs, Gypsum Wall Board, Paint, Ceilings, Flooring, Electrical Power And Light, Modifications To The Fire Protection System, Telecom Cabling, Fire Alarm, And Other Work To Affect A Complete Turn-key Space Supporting Described Clinical Function(s) And Equipment. Finished Square Footage Is Approximately 12,590. The Current Hvac System And All Its Components Installed On The Roof Will Be Tied Into The New Space On The 2nd Floor.
part 2: Period Of Performance:
the Following Model Presents The Summary Logic Of The Milestone Sequence Working Backward From The Delivery Date Of The Longest Lead Time In The Critical Path To Determine A Mobilization Date, And Then Forward From The Delivery Date Of The Longest Lead Time To Completion Of All Work. notes:
durations Shown Are In Calendar Days.
actual Award And Ntp Dates Will Be Revised To Match Their Occurrence.
time Consumed For Resubmission And Review Must Be Made Up By The Gc To Ensure That All Submittals Of This Contract Are Approved Within 60 Days Of Ntp.
see Section 01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc). part 3: Detailed Project Requirements:
project Objectives:
this Project Is Required To Renovate The Described Space As Expediently And Compliantly As Practical.
meet Or Exceed All Code, Technical, And Programmatic Requirements Adopted, Established, Revised, And Or Published By Va Or The Many Organizations Listed In The Several Specifications.
expedite The Delivery Of A Highly Functional, Complete, Compliant, And Safe Workspace For The User Service.
list Of Ae Documents To Be Included In This Contract:
see: 00 01 10 Table Of Contents And The Entire Project Manual
see: 00 01 15 List Of Drawing Sheets And The Entire Volume Of Drawings
pre-bid Conference:
va Shall Schedule Two Pre-bid Conferences Required To Be Attended By Prospective Bidders To Observe Current Conditions Within The Work Area(s).
the Ae Shall Not Attend The Pre-bid Events. No Questions Will Be Allowed During The Events. All Questions By All Prospective Contractors Shall Follow The Rfi Process Described In The Solicitation.
prospective Bidders Shall Not Attempt To Contact The Ae Or Va Facilities Engineering Staff During The Solicitation And Bidding Period. The Ae And Va Facilities Engineering Staff Are Instructed To Ignore All Such Inquiries And Report Them To The Va Contracting Officer. All Inquiries Regarding This Project Shall Be Presented As Complete And Coherent Requests For Information (rfi) Specifically Citing Design Or Specification Sections, Pages, Paragraphs, Notes, Details, Etc. To Enable Responses To Rfi S. Follow The Instructions Provided By The Contracting Officer Within The Solicitation Regarding Submission Of Rfi S. Va Will Post Responses Developed To Enable All Prospective Bidders To Receive The Same Information At The Same Time.
project Scheduling And Mobilization On Site:
the Contractor Shall Not Mobilize On Site Until All Required Submittals Are Prepared, Transmitted, Reviewed, And Accepted By Va, And The Delivery Dates Of Long Lead Items Have Been Established By The Respective Manufacturers. Significant Time For This Essential Is Included In The Period Of Performance.
critical Components And Other Long Lead Items Shall Require Proof Of Purchase And An Established Delivery Date Delivered To The Contracting Officer And Cor To Complete Va Approval Of The Schedule.
approval To Mobilize Shall Be In Writing By The Contracting Officer In Consultation With The Cor And Facility Safety Manager.
prior To Beginning Work, Post And Maintain At Each Work Area All Current Emergency Contact Information, Va Infection Control Risk Assessment (icra)/permit, Interim Life Safety Measures (ilsm), And Other Information Required By Va And The Gc Project- Specific Safety Plan, At All Entry Points To The Work Area.
the Target Mobilization Date Is Determined By First Establishing The Delivery Date Of The longest Lead Time Material Or System Along The Critical Path, Which In This Project Is Predominantly Hvac Equipment, But Is Likely To Also Consider Shop-fabricated Doors And Frames, And Then Working Back Along The Critical Path Listing All Predecessor Work Activities.
the Baseline Period Of Performance Is Certain To Change Between Initial Project Schedule And Acceptance Of The Final Project Schedule. The Contracting Officer, At His Or Her Discretion And Judgement, Will Issue A Contract Modification Revising The Period Of Performance End Date. As There Is No Change To The Quantity Or Quality Of The Work, The Contract Value Shall Not Change.
performance Of The Work:
erect And Maintain A Dust-tight Containment Around The Work Area Which Complies With Applicable Code Associated With Ul-rated Wall Assemblies And Maintenance Of Egress Paths.
containment Shall Enable Access To The Work, Without Obstructing Access To Adjacent Suites Or Rooms. Establish Hepa Air Purification. Review And Follow Specification 01 35 33 Infection Control Requirements As Applicable To This Location And Work. Follow Pra & Icra Plan And Permit Generated And Issued By Va. Remove Only Upon Completion Approval Of The Cor.
after Establishing And Gaining Approval Of The Temporary Modular Hard Plastic Dust-tight Construction Dust Control Barrier System, Including Lockable Door. Where This Is The Sole Containment, Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door.
where Fire Or Smoke-rated Wall Assemblies Are Planned For Alternation Even If Temporarily, Provide A Dust-tight 1-hour Rated Temporary Construction Wall With Locking Door To Isolate The Area Of Work, Finished With One Coat Of Paint On The Outside Were Indicated.
the 1-hour Temporary Wall Shall Include Differential Pressure Monitoring For The Work Area, With Monitor Located Adjacent To The Temporary Entry Door.
the 1-hour Temporary Wall And Differential Pressure Monitoring Must Be Complete And Approved Prior To Removal Of The (outer) Temporary Modular Wall Barrier, And Commencement Of Demolition Within The Space.
prior To Removal Of A Temporary Fire Or Smoke-rated Walls, Completely Restore Rated Wall Assemblies Required Of The Work, And Then Re-erect The Temporary Modular Hard Plastic, Dust-tight, Barrier System.
in No Case Shall Any Containment Be Removed Unless And Until The Work Area, Including The Inside Of The Ventilation System, Has Been Thoroughly Cleaned And Approved For Progress Toward Activation.
immediately Prior To Turnover, Remove All Air Filters From The Ventilation System Used During Construction, And Supply And Install New Specified Filters. Supply Case Quantities Of Each Filter To Va With The System.
perform Selective Demolition And Construction As Described In The Specifications And Drawings.
special Acceptance Criteria For The Work Shall Include: hvac System Shall Not Be Acceptable In Whole Or In Part Unless And Until Testing, Adjusting, And Balancing (tab) Is Completed And Accepted In Accordance With The Specifications, Drawings, And The Current Edition Ashrae 170 Ventilation Of Health Care Facilities (and Errata) Requirements Specific To The Room/suite Type And Purpose. Va Reserves The Right To Conduct, Or Have Conducted, Verification Testing, And Deduct Its Cost From The Contract If Noncompliant Conditions Are Found.
the Contractor Shall Provide Eia/tia Testing And Certification Of All New Cat 6a Communications Cable.
restore All Finishes Damaged During The Work Match Existing.
thoroughly Clean All Surfaces Using Hepa-filtered Vacuum Cleaner And Anti-bacterial Wipes.
part 4: Meetings, Submittals, And Deliverables:
kick-off Meeting And Documentation
the Contractor S Project Manager And Field Supervisor Shall Attend A Preconstruction Safety And Coordination Meeting To Discuss Project Details.
kick-off Meeting Documentation:
prepare And Submit For Review And Acceptance A Draft Critical Path Method (cpm) Baseline Schedule Reflecting Each Phase And Activity Of The Work Beginning With Mobilization, Including Each Critical Activity, And Each Essential Task Required To Optimally Meet The Objectives Of The Project.
the Baseline Schedule Must Also Include All Activities To Be Performed By Va, Including Maintenance Shops Support, Safety And Infection Control, The Ae, The Commissioning Agent, Etc.
it Is Expected That This Timeline Will List All Activities Of The Work Leading Up To The Delivery Of Long Lead Items, The Target Dates Of Long Lead Items, Installation Of Long Lead Items, And Each Work Activity That Follows Until All Work Is Complete, Compliant, And Ready For Acceptance. The Durations Of Each Phase Will Change Once The Gc Completes All Procurement Activities And Submit For Review And Approval The Final Baseline Schedule.
to Enable Objective Assessment Of Costs And Progress, The Baseline Schedule Shall Be Cost-loaded At Each Work Activity (essentially Division 02 On), Ensuring That The Total Cost Of Each Phase And Division Of Work Match The Corresponding Schedule Of Values, And The Total Of The Construction Contract At Award.
develop The Cpm Schedule In Sufficient Detail To Enable Readers To Understand All Planned Activities, Their Predecessors, And Successors, Who Is Performing The Work, Durations, And Costs. Activity Durations Shall Not Exceed Two Calendar Weeks. Indicate Resource Sdvosb Status.
the Project Manual Index Of Specifications Is A Useful Guide For Starting The Cpm Schedule And Schedule Of Values In Sufficient Detail. For Example: Simply Listing Hvac Is Unacceptable For Projects Including More Than Basic Work In This Category. The Inclusion Of Specifications For An Ahu, Controls, Ductwork, Demolition Of Each, Testing And Balancing, Etc. Also Prompt Their Inclusion As Categories Of Activities And Tasks In The Schedule. In Fact, For Larger Work Categories, Breaking Down The Cost By System/material And Installation And Testing Enables Partial Payment For Higher Cost Items Upon Delivery Into The facility Work Area.
preparation And Processing Of Submittals Are Gc Procurement (administrative) Activities And Not Work Activities Contributing To The Compensable Work In The Field. Should The Contractor Elect To Include Submittal Planning In Their Internal Use Schedule For Their Own Purposes, Do Not Show Those Line Items In The Schedule Submitted To Va For Consideration In The Baseline Schedule.
not Less Than One Item Per Subcontractor At Any Tier. Subcontractors, By Definition, Are Contributing Work In The Field To The Project. Pass-throughs Are Not Acceptable.
include All Expected Utility System Shutdowns, Road Closures, Crane Lifts, And Off- Hours Work In The Cpm Schedule.
do Not Include Costs Associated With Non-work Administrative Activities Inherent In The Listed Work Items. The Government Cannot Pay For What It Has Not Inspected And Accepted As Compliant, Or For Activities Which Add No Value To Va Facilities. Front-loading Proposals, Bids, Schedules Of Values, And Line-item Costs Of Cost-loaded Cpm Schedules With Non-work Items Puts The Contractor, The Government, And The Bonding Company At Otherwise Avoidable Risk Associated With Paying Out More Than The Value Of Work In Place Should The Work Stop Prior To Completion. Administrative And Managerial Activities Associated With Each Work Line Item Are To Be Included In Each Line Item, Along With Prorated Overhead And Profit.
the Contractor Shall Prepare And Submit Sf-1413 For Each Subcontractor To The Co, Copying The Cor. List Of All Subcontractors And Suppliers, Including Company Names, Office Address, And Main Point Of Contact Name With Telephone Number, And Sdvosb Status.
as Required At 01 35 26 Safety Requirements: Develop And Submit A Project- Specific Construction Safety And Accident Prevention Plan With Project-specific Procedures, Processes, Analysis, And Details, Including But Not Limited To:
access And Use The U.s. Army Corps Of Engineers Em 385-1-1 Safety And Health Requirements And Its Appendix A Minimum Basic Outline For Accident Prevention Plans For Development Of Meaningful, Effective, And Compliant Project Safety Plans.
submission Of Generic, Non-project Specific Safety Plans Will Be Rejected, Resulting In A Contractor-caused Delay In Commencement Of The Work.
project-specific Activity Hazard Analysis (aha), Which Forms The Basis Of The Construction Safety And Accident Prevention Plan Highlighting Identified Risks Such As Isolation Of Stored Energy (lock-out*), Fall Protection, Or Confined Space Access.
(*) Note That Tag-out Is Not An Acceptable Form Of Isolation, Therefore It Was Intentional Not To Use The Term Loto.
submit An Electronic Copy Of The Gc And All Subcontractor Competent Persons Osha 30-hour Construction Safety Training Certificates With Project-specific Construction Safety And Accident Prevention Plan.
submit An Electronic Copy Of All Workers Osha 30-hour Construction Safety Training Certificates Or Cards Prior To Allowing Entry To The Site. assist The Cor In Completing Project-specific Va Infection Control Risk Assessment (icra) And Interim Life Safety Measures (ilsm) Documentation.
public Safety Compliance Requirements:
the Following Applies To All Va And Navy Properties, Including Leased Facilities, Regardless Of Building Occupancy Or Current Use And Does Not Differentiate Between Medical Or Administrative Spaces As All Are Occupied By People We Are Collectively Working To Protect From Harm Including Contractor Staff.
contractors Shall Adhere To And Ensure Compliance With Federal Laws, Regulations, And Executive Orders Regarding Screening, Vaccinations, And Or Testing Designed To Protect Contractor Employee And General Public Health And Safety, As Well As All Associated Health Information And Personally Identifiable Information.
all Contractor Staff Share A Common Moral Responsibility To Stay Away From The Facility When Feeling Ill.
quality Control Plan And Quality Assurance Plan:
01 40 00 Quality Requirements Is Included In Its Entirety In This Contract. This Specification Is Brief But Very Informative And Enabling To Those Who Approach It As An Opportunity.
submittal Register (aka Submittal Log) Is Described In Quality Assurance Of The Above Specification, And The Project Manual At 01 33 23.
submittal Register Must List Each Submission Listed In Each And Every Specification. Because Each Project Is Different, Do Not Recycle Submittal Logs From Other Projects.
(dis)approval Of A Submittal Never Constitutes A Change To The Quantity, Quality, Cost, Or Duration Of A Contract. The General Contractor Is Solely Responsible For Submitting And Delivering Complete And Compliant Work. Defective Work Shall Be Removed And Replaced At The Contractor S Expense. The Government Has The Right And Responsibility To Withhold Funds Equivalent To The Cost For The Government To Complete The Work Should The Contractor Fail To Promptly Act In Executing The Work Or Remedying Defective Work.
to Help Prevent (unfortunately) Common Shortcomings And Mistakes With Submittal Preparation And Submission, As Well As Ensure That The Installation Of Systems Is Complete And Compliant, The Gc Shall Provide The Services Of At Least One Licensed Professional Engineer To Pre-review And Certify As Compliant All Submittals And Subsequent Systems Prior To Requests For Va Or Its Ae To Review For Compliance. For Projects Requiring Alteration Or Replacement Of Mechanical Systems, The Gc Consulting Engineer Is Required To Be A Licensed Mechanical Engineer. Similarly, For Projects With Significant Electrical Scope, Retain A Licensed Electrical Engineer. The Consulting Engineer May Be A Firm. Engaging A Verified Sdvosb Firm Is Always Encouraged. The Consulting Engineer (or Firm) Cannot Be The Ae Of-record Or Part Of Their Consulting Team. Upon Issuance Of Notice To Proceed, Gc Shall Immediately Submit To Va For Review And Information The Contact Information And Credentials Of The Contracted Consulting Engineer.
construction Progress Meetings:
the Contractor S Project Manager And Field Supervisor Shall Provide On-site Weekly Construction Progress Meetings With The Cor For The Entire Period Of performance.
include Preparation Of Meeting Agendas, And Subsequent Minutes Of The Meeting For Each Event Not Later Than 1 Day (next Business Day) After Each Meeting.
construction Progress Meeting Agenda S And Minutes Shall Include No Less Than: List Of Invitees/attendees, List Of Past/ongoing And New Issues Or Concerns, Indicate Days Remaining Per The Contract, Detail Any Safety Incidents, And Include Current Updated Copies Of The Rfi Log, The Shop Drawing Log, And A Detailed 3-week Look- Ahead And Utility Shutdown Schedule.
daily Reports:
the Contractor Shall Provide A Daily Report Each Day, Along With Accompanying Digital Photos And Other Supporting Documents. The Daily Report Shall Include: List Of Issues Or Concerns, Days Remaining Per The Contract, Detail Regarding Any Safety Incidents, Detail Of Daily Safety Inspections (including Items Checked And Corrective Actions Taken), Notations Regarding Any Visitors To The Work Area.
use Of Va Form 10101 Contractor Production Report (fillable Pdf At Https://www.va.gov/vaforms/va/pdf/va10101.pdf) Is Required Each Day Even On Days With No Contractor Activity, Which Is What To Report On Such Days. Contractor May And Should Provide More Information Than Shown In The Standard Form, But The Standard Form Is Required.
the Report Must Be Accompanied By Relevant Time And Date-stamped Photos Of Construction Progress Of Sufficient Quantity And Detail To Enable Viewers To Clearly See The Progress Of All Work To-date, All Issues Discovered (including Those Which Become The Subject Of Rfi S). Email The Va Form 10101 Contractor Production Report And Photos To The Cor Not Later Than 9 Am The Next Working Day.
no Photography On Va Premises Is Allowed Without Written Permission Of The Cor.
in No Case Shall The Gc Allow Any Team Member To Take Photographs With Patients, Visitors, Or Employees In The Picture.
acceptance And Closeout:
acceptance Criteria For The Work:
schedule Demonstration Of New Equipment And Systems At Least 21 Calendar Days In Advance With The Cor.
provide Factory Startup And Certification Of All Systems.
demonstrate The Operation Of The System.
newly Installed Water Or Medical Gas Piping And Distribution System Components Shall Be Flushed And Disinfected Prior To Being Placed In Service. Include Documenting Completion/certifications.
startup And Testing Of New Systems Or Equipment, Or Moving In Va Purchased Equipment Or Furnishings, Or Their Use, Does Not Constitute Any Form Of Acceptance (or Beneficial Occupancy). The Project Is Planned Around The Complete, Complaint, And Unconditional Fulfillment Of All Requirements Of The Contract Which Enable The Work To Be Complete By Definition. Please Work With Va To Expedite This Process.
closeout Records: Provide One Full-size, And One Half-size Printed Set Of As-built Drawings, As Well As Cd-rom Or Dvd-rom Media Containing A Complete Archive Of all Project Documents And Files, Including But Not Limited To:
as-built Record Drawings Of The Installed Condition As Cad And Pdf Files.
approved Shop Drawings.
operations And Maintenance Manuals.
spare Parts Lists.
all Photographs.
all Daily Reports.
all Communications.
all Pay Applications.
all Communication, Change, And Cost Data.
all Safety Records.
a Project Warranty For Construction Written By The General Contractor, Projected To Start Upon Final Acceptance By Va (typically Within A Business Week Of Receiving A Complete And Compliant Closeout Package).
where Manufacturer S Warranties Exceed One Year, Provide All Documentation Necessary For Va To Exercise Warranty Rights Beyond The Standard Gc Warranty.
where Specified, Such As With Roofing Systems, Provide The Warranty Written By The Manufacturer To Va For The Term Specified Or Greater (typically 20 Years).
note That Moving Furnishings Or Equipment Into The Space Does Not Constitute Occupancy Or Acceptance, However, Damage To Completed Work During These Activities Shall Be The Responsibility Of Va To Correct.
lien Waivers And Other Documents Required By The Contracting Officer.
part 5: Applicable Performance Standards
all Work Shall Comply With
all Va And Fhcc Policies Including And Not Limited To: Va Construction Safety And Va Infection Control Policies.
codes, Standards And Executive Orders (topic 1) Found At Http://www.cfm.va.gov/til/cpro.asp
01 32 16.15 Project Schedules With Long Lead Items (d/b/b Projects At Fhcc)
01 35 26 Safety Requirements
01 35 33 Infection Control Requirements
01 40 00 Quality Requirements
01 41 00 Regulatory Requirements
01 42 16 Definitions And Abbreviations
coordinating With Va-retained Commissioning Agent (cxa) And Architect-engineer (ae). va Intends To Retain The Services Of An Independent Cxa.
ae Field-verification And Documentation Of Compliant Systems Remains An Essential Part Of Construction Period Services.
the General Contractor Is Responsible For Communication And Cooperation With The Ae And Cxa And Enabling Compliant Execution Of Contracts.
no Action Or Inaction By The Ae, Cxa, Va, Or Other Government Agencies Ever Relieves The Gc From Responsibility To Deliver 100% Of The Project Requirements As Specified And Designed.
the General Contractor Shall Have A Competent Supervisory Person On Site At All Times When Any Worker(s) Or Subcontractor(s) Are Present. The General Contractor Is Also Required To Maintain On Site A Competent Site Safety And Health Officer (see 01 35 26 Safety Requirements When Any Worker(s) Or Subcontractor(s) Are Present. The Va Cor May, At His Or Her Discretion, May Allow The Competent Supervisory Person To Also Act At The Ssho, Based On Demonstrated Competency And Performance In The Two Roles. If Demonstrated Lack Of Competency Or Effectiveness In Either Role Is Observed, The Va Cor May Revoke The Privilege.
safety:
prior To Any Activity, Review The Following With All Project And Craft Team Leaders: 01 35 26
safety Requirements.
the Contractor Shall Provide A Proactive And Complaint Construction Safety And Accident Prevention Plan In Accordance With The Occupational Safety And Health Act, 01 35 26 Safety Requirements, And Site-specific Policies:
all Persons Working On Any Electrical Systems Rated 50 Volts Or More Shall Have The Minimum Qualification As A State Licensed Master Electrician Or Registered Journeyman Electrician, And All Activities Shall Follow The Safe Work Practices In Compliance With Nfpa 70e Electrical Safety In The Workplace.
01 35 26 Safety Requirements Is Included In Its Entirety In This Contract. Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees In Accordance With 29 Cfr 1910, 1926, & 1960 Of The Occupational Safety And Health Act Of 1970, As Amended.
because Each Contractor-employer Is Required To Be Solely Responsible For The Health And Safety Of Its Employees, Part Of A Compliant And Effective Safety Management Program Requires Each Employer To Plan And Implement Their Own Compliant Permit- Required Work Including Written Permits. Do Not Rely On, Or Request That Va Generate Required Permits Such As Hot Work Or Confined Space Documents.
prior To The Beginning Of Any Work, Fire Extinguisher(s) Complying With Nfpa 10 Shall Be Pedestal-mounted In The Work Area. Inspection Of The Work Area Includes Verification That Inspection Tags Are Current. Where Non-compliant, The Contractor May Be Required To Remove And Replace The Unit(s) Before Resuming Work Activity.
all Work In Crawl Spaces Shall Be Planned And Carried Out As Osha Permit-required Confined Space.
immediately Stop Work And Notify The Cor If Asbestos Is Noticed Or Suspected In The Area Of Work.
exception: The Above Will Not Necessarily Apply To Areas Where The Documents Call for Abatement Activities. This Item Is Concerned With Unplanned Locations.
fire-seal All Penetrations Made Or Discovered Through Any Wall Or Floor Assembly With Ul Listed Fire-rated Products Or Systems.
infection Control:
01 35 33 Infection Control Requirements Is Included In Its Entirety In This Contract. Its Construct Is Enabling For Each Condition Experienced Through Each Phase Of The Work. The Following Are High-level Requirements Most Often Found Deficient During Inspections Yet Required.
prior To Any Activity, Review The Following With All Project Team Leaders: 01 35 33
infection Control Requirements.
review And Comply With Containment Construction And Sequence Described In The Design And Specification Documents.
provide A Modular Dust-tight System Designed And Manufactured Specifically To Be Used As A Temporary Construction Isolation Barrier.
before The Start Of Work Provide Pressure Differential Monitoring System At The Entry Door To The Construction Area To Prove That The Construction Area Is Under Negative Pressure. Maintain Daily Logs Of Readings And Submit To The Cor Weekly. Remove At The Completion Of Construction.
walk-off Sticky Mats Are Required At All Times Inside And Outside All Entry / Exit Points To All Workspaces. Sticky Mats Must Be Changed At Least Once Per Shift, Or More As Required By The Construction Or Cor. Size Sticky Mats To Match The Width Of The Door Opening And Ensure That No Less Than 24 Depth Is Provided.
block Off All Hvac Return Ductwork And Louvers To Prevent Introduction Of Dust Into The Hvac System.
1) Where Existing Hvac Ducts Are Being Removed, Immediately, Permanently, And Compliantly Seal Off The Opening.
provide High-efficiency Particulate Air Filtration (hepa) Recirculating Air Equipment Inside The Workspace. Size The Air Filtration System Sufficiently Large Enough To Ensure That Negative Pressure Remains Effective When Doors Are Opened.
when Working Above The Ceiling Outside Of The Work Area, Such As In A Corridor, Open Only One Ceiling Tile At A Time, And Provide Dust Containment Tent Or Portable Containment Cube, With Hepa Filtering Negative Air System To Seal The One Opening.
broom-sweep The Work Area At The End Of Each Day (or Shift During Days With Multiple Shifts). Provide Hepa Vacuum And Damp (not Wet) Mop Daily Where Broom Sweeping Creates Airborne Dust.
provide Fire-sealing Of All Existing Wall And Ceiling Openings In Area Of Work Needed To Allow The Hepa Filtration Equipment To Effectively Generate Negative Air Pressure Within The Work Area, With Respect To The Surrounding Area.
provide Hepa-filtered Vacuum Cleaning Of All Surfaces, And Damp Mop The Work Area Every Day.
do Not Allow Corrugated Carboard To Be Stored For Any Period Of Time Within The Hospital. Upon Arrival, Unpack, And Transfer All Products From Cardboard Containers To Sealed plastic Containers, And Immediately Dispose Of The Cardboard Outside Of The Building.
part 6: Site-specific Requirements
project Number And The Contract Number In The Subject Line Of All Emails And Documents. Example: 556-23-101 Renovate B134-2c Clc , Or Simply 556-23-101 B134-2c And Then Specific Subject Such As Pay App, Rfi, Submittal, Meeting, Etc. Transmissions Deviating From This Focused And Simple Standard May Be Rejected, Or Simply Lost Because Recipients Could Not Readily-acquire Their Subject Or Importance Over The Plethora Of Ambiguous Emails Received Each Day.
comply With All Site-specific Requirements And Sops Including And Not Limited To: Key Policy, Badging Policy, Rules Of Behavior, And Smoking Policy.
normal Construction Work Hours Are 7:00 Am To 3:30 Pm Monday Through Friday.
normal Work Hours Can Be Modified Only By Written Approval Of The Cor, And At No Additional Cost To Va.
no Work By The Contractor On Federal Holidays, And No Work On The Weekend When The Federal Holiday Is On The Respective Monday Or Friday.
no Work In Stairs, Corridors, Lobbies, Or Other Interior / Exterior Public Areas Shall Be Performed During The Above-designated Work Hours.
any Work Including And Not Limited To Noise, Vibration, Dust, Odors, Core Drilling, Hammer- Drilling, Saw Cutting, Equipment Moving In Public Corridors, Soil Compaction Shall Be Performed During The Above-designated Work Hours Only.
crane Lifts, Or Any Work That Closes Drive Isles, Closes Building Entries, Or Closes Public Corridors Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday.
all Building Systems Shall Be Maintained In Full Operation At All Times:
request Utility System Shutdowns In Writing Not Less Than 21 Calendar Days In Advance And Scheduled With The Cor At Times Least Impacting Patient Care.
shutdown Work Shall Be During Low Patient Times And Performed Between Saturday 6 Pm Through Midnight Concluding By 6 Pm On The Following Sunday.
wherever Demolition Is Planned, Ceiling Tiles Are To Be Removed, Or The Sprinkler System Is To Be Disabled, Gc Shall First Provide Uniform Heat Detection Throughout The Work Area, Connected To The Existing Supervised Building Master Fire Alarm System, For The Duration Of The Work. Fire And Or Smoke Detection Devices Shall Be Provided Prior To Turnover And Acceptance.
deliveries, Parking, Elevators:
deliveries At The Dock: At Time Of Delivery: Provide Vehicle Information To The Va Police And Remove The Vehicle As Soon As Delivery Is Complete. Move Materials In Public Corridors During Low Patient Times Between 6 Pm Through 6 Am The Following Day.
no Parking In The Va Garages. As Part Of The Mobilization Plan Submission, Indicate Where Workers Are To Park.
contractor Shall Use Freight Elevators. Do Not Move Materials And Employees In Passenger Elevators Without Written Approval Of The Cor, And Never Within Elevators Occupied By Staff Or Patients. the Mobilization Plan Submission Shall Indicate If And Where A Construction Dumpster Is Intended To Be Placed. The Contractor Shall Provide A Construction Dumpster With A Locked Safety Fence Surrounding It, At A Location Submitted To And Approved By The Cor. Pavement, Concrete Surfaces, And Landscaping Shall Be Protected From Damage Resulting From Delivery And Retrieval, Loading And Unloading, And Dumpster Weight.
construction Waste Diversion Reports Are Required For Every Dumpster Removed From Every Construction Site At Every Va Facility. Provide These Reports To Va Cor Immediately After The Waste Hauler Removes Each Dumpster To Comply With Va Gems Policy.
no Trash, Used Packaging, Or Construction Spoils Shall Be Stored In The Work Area. Never Use Dumpsters Other Than Those Rented For This Work. Severe Penalties, Including Potential Criminal Charges May Be Levied For Use Of Government-rented Or Owned Containers, Or Those Of Other Contractors.
trash Removal From The Work Area Shall Be Within Gondolas Which Have Sealed Covers (completely Enclosed), And During Non-business Hours, Via The Freight Elevators.
no On-site Office Or Storage Container Shall Be Allowed. Provide Just-in-time Delivery And Pickup. Coordinate With The Cor For Staging Within The Area Of Work.
no Music Radios Within Work Areas.
no Noise Generated Within The Work Area Can Be Allowed To Leave It.
the Use Of Powder-actuated Fasteners Is Forbidden.
performing Demolition Using Motorized Equipment, Whether Tracked Or Wheeled, Pushed Or Driven, Is Forbidden.
two-way Communications Radios Are Allowed Where Transmit/receive Frequencies Will Not Disrupt Any Hospital System.
before Starting Work The Contractor Shall Give 21 Days Notice To The Cor So That Security Arrangements Can Be Provided For The Employees. This Notice Is Separate From Any Notices Required For Utility Shutdown Described Elsewhere In This Section.
va Reserves The Right To Close Or Shut Down The Project Site And Or Require Contractor Employees To Leave The Premises In The Event Of A Civil Emergency Or Operational Requirement. The Contractor May Return To The Site Only With The Written Approval Of The Cor.
compatible System Procurements Shall Include The Following:
locks And Keys: Temporary And Permanent Door Hardware Shall Be Compatible With Bestâ® 7-pin, G-keyway, Interchangeable Core. Prior To Commencement Of Work, The Contractor Shall Provide Va With Blank Cores; Quantity Matching The Number Of Openings Planned. Va Shall Then Provide Construction Coring, And A Key For Same To The General Contractor, Who Will Sign Acknowledgement And Receipt And Responsibility For The Key Until Returned To The Va Cor. Final Pinout And Keying Is Provided By Va.
exit Signs: All Exit Signs Shall Be City Of Chicago Approved Specification Red Letters On White Edge-lit Led Fixtures Continuously Illuminated 90 Mins. After Loss Of Power, Push-to- Test Switch And Led Pilot Light On The Housing, Available As Single Or Double-sided Models, And Meeting Ul924.
building Automation: Components, Programming And Start Up: Native Bacnet Communications Protocol For Building Automation And Control (bac) Connected To The Existing Johnson Controls Head End Equipment. 27 15 00 Communications Cabling (and Other Specifications Which Include Telecom Cabling): All New Telecom Cabling Shall Be Cat 6a Vs. 5e. Cat 6a Telecom Cable, Termination Punch-down T-568-(b.1, B.2, C.2, Etc.), Tested And Certified (submit Result To Cor), 6-port Modular Wall Jacks With Two Rj45 On Top And Bottom And Two Blanks In Middle. While Va Facilities Generally Do Not Include Plenum Return Spaces Above Ceilings, It Nonetheless Requires Plenum-rated Teledata Cabling Complying With Codes Pertaining To Plenum Environments.
sole Source Procurement, The Contractor Shall Provide Fully Functional Complete Systems, Including The Following Sole Source Procurements For The Following Special Systems:
fire Alarm: Components, Programming And Start Up Within The West Campus Is By Johnson Controls/simplex.
building Automation: Components, Programming And Start Up: Automated Logic Company Of Chicago.
proximity Card Reader And Door Lock Release Entry System: Components, Programming And Start Up: Enorman
patient Lift Systems And Components: Guldmann
DEPT OF THE NAVY USA Tender
Others
United States
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|n712.28|aeb|7176053550|sarah.r.haley2.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 Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
option For Increased Quantity (mar 1989)|1|365 Days|
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 (may 2024)|13|335931|500 Emp.||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To://extend The Offer Due Date
the Offer Due Date Is Extended To 14 Feb 2025.
see Continuation Pages For More Details.
all Other Terms And Conditions Remain The Same.
poc: Sarah Haley
email: Sarah.r.haley2.civ@us.navy.mil
\ The Purpose Of This Amendment Is To://extend The Offer Due Date The Offer Due Date Is Extended To 24 Jan 2025. All Other Terms And Conditions Remain The Same. Poc: Sarah Haley Email: Sarah.r.haley2.civ@us.navy.mil
the Purpose Of This Amendment Is To://extend The Offer Due Date The Offer Due Date Is Extended To 27 Dec 2024. All Other Terms And Conditions Remain The Same. Poc: Sarah Haley
email: Sarah.r.haley2.civ@us.navy.mil Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For A Buy. The Resultant Award Of This Solicitation Will Be Issuedfreight Is Fob Origin.
government Source Inspection And Acceptance Is Required.
please Provide The Following Information:
unit Price:__________ Firm
total Price:__________ Firm
procurement Turnaround Time (ptat) :__________
awardee Cage: __________
inspection & Acceptance Cage, If Not At Source:__________
delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________
required Shipping Procedure Is Military Packaging And Bar Coding. Important Traceability Notice
1. If You Are Not The Manufacturer Of The Material You Are Offering, You Must State Who The Manufacturer Is (name & Cage Code) And Provide Traceability Information, If Requested, Prior To Receiving An Award. The Evidence Must Be Submitted Within 2 Days, Or As
otherwise Specified, Or The Offer May Not Be Considered.
2. By Submitting A Quotation Or Offer, The Contractor Agrees That, When The Contractor Is Not The Manufacturer Of The Item, It Is Confirming That It Currently Has Or Will Obtain Before Award And Shall Retain Documented Evidence (supply Chain Traceability
documentation) That The Item Is From The Approved Manufacturer And Conforms To The Technical Requirements. The Retention Period Is Five Years After Final Payment Under This Contract.
3. At A Minimum, The Supply Chain Traceability Documentation For The Item Shall Include: Basic Item Description, Part Number And/or National Stock Number, Manufacturing Source, Manufacturing Source?s Commercial And Government Entity (cage) Code, And Clear
identification Of The Name And Location Of All Supply Chain Intermediaries Between The Manufacturer To The Contractor To Item(s) Acceptance By The Government. The Documentation Should Also Include, Where Available, The Manufacturer's Batch Identification For The
time(s), Such As Date Codes Lot Codes, Or Serial Numbers As Date Codes Lot Codes, Or Serial Numbers.
4. Examples Of Traceability Information/documentation: The Invoice Received By The Offeror From The Approved Source Ie. Oem Or From An Authorized Dealer/distributor For The Approved Source. Or A Letter/official Email From The Oem Confirming Offeror Is Authorized
to Resell Their Items. Or The Packing Slip That Accompanied The Shipment To The Offeror/ Contractor From The Approved Source, Or From An Authorized Dealer/distributor For The Approved Source An Authorized Dealer/distributor For The Approved Source.
any Questions Should Be Directed To The Poc For This Solicitation.
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.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Power Supply Assemb .
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 Power Supply Assemb Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;53711 7104325-9;
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 Electrostatic Discharge Control - The Contractor Shall Comply With The Electrostatic Discharge Control Requirements Established In Mil-std-1686.
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
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: Contact Information|4|n712.28|aak|717-605-3550|sarah.r.haley2.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 Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
option For Increased Quantity (mar 1989)|1|100%|
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|334412|750 Emp.||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To://extend The Offer Due Date
the Offer Due Date Is Extended To 21 Feb 2025.
all Other Terms And Conditions Remain The Same.
poc: Sarah Haleyemail: Sarah.r.haley2.civ@us.navy.mil The Purpose Of This Amendment Is To://extend The Offer Due Date The Offer Due Date Is Extended To 24 Jan 2025. All Other Terms And Conditions Remain The Same. Poc: Sarah Haley Email: Sarah.r.haley2.civ@us.navy.mil
the Purpose Of This Amendment Is To://extend The Offer Due Date The Offer Due Date Is Extended To 27 Dec 2024. All Other Terms And Conditions Remain The Same. Poc: Sarah Haleyemail: Sarah.r.haley2.civ@us.navy.mil Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) 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: 50 Days.
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work.
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 ___ Not-to Exceed (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 Teardown & Evaluation 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: __________ Note All Repair Awards Will Be Pre-populated With The Following Award Remarks:
rtat, Throughput Constraint, And Induction Expiration Date Included In Subclin Remarks Above Are Defined As Follows:
rtat: Repair Turn-around Time Defined As Induction Start Date To End Date (days).
throughput Constraint: Total Assets To Be Repaired Monthly After Initial Delivery Commences. A Throughput Of 0000/month Reflects No Throughput Constraint.
induction Expiration Date: Any Asset Received After This Date In Days Is Not Authorized To Be Repaired Without Bi-lateral Agreement Between The Vendor And Contracting Officer.
subclin Remarks (pre-populated For Each Subclin)
rtat=0000
throughput Constraint=0000/month
induction Expiration Date=000 (nte 365 Days)
any Questions Should Be Directed To The Poc For This Solicitation.
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.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Circuit Card Assemb .
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 Circuit Card Assemb 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.
;072e5 1714208-102;
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 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.
6.2 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 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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date28 Feb 2026
Tender AmountRefer Documents
Details: Broad Agency Announcement (baa) For Baa-25-g-01 Biomedical Research And Diving Equipment Development In The Areas Of Diver Health, Safety, And Effectiveness, As Well As Submariner Survivability In A Disabled Submarine naval Sea Systems Command (navsea) Is Soliciting Pre-proposals And Full Proposals For Applied Biomedical Research And Diving Equipment Development With A Focus On Diver Health, Safety, And Performance, Deep Diving Advancements, And Submarine Escape And Rescue. The Program’s Goals Are Presented In Detail Below. It Is The Intent That This Broad Agency Announcement (baa) Be Open For A Two-year Period From The Date Of Publication. Specified Dates Are Given In Paragraph 2.a. Below For Submission Of Pre-proposals And Full Proposals To Be Awarded Within Fiscal Year (fy) 2026 And 2027. 1. Primary Areas Of Interests program Objectives Are To Focus Research On Improving Or Developing Diving Equipment For Rapid Transition To Fleet Capabilities, And Biomedical Aspects Of Diver Health, Safety, And Performance, Deep Diving, And Submarine Escape And Rescue To Develop And/or Improve Procedures That Increase Navy Personnel Safety And Effectiveness. The Typical Project Will Be Two Years Or Less, Although Three-year Projects Will Be Considered. Contracts Awarded As A Result Of These Baas Historically Average Around $300k Or Less Cost Annually. This Information Is Provided For Informational Purposes Only To Provide A Sense Of Scope Desired By Navsea. This Is Not An Obligatory Value And Pre-proposals/proposals Valued Above Or Below Will Be Considered. However, Budgetary Constraints Are A Deciding Factor In The Selection For Award. A. Diving: This Interest Area Is Comprised Of Five Task Areas Focused On Items That Impose Limitations On Diver Capabilities, Specifically: Breathing Gas Supply; Human Performance; Protection From The Undersea Environment; Decompression; And Tools, Transportation And Training. Focus Areas For Each Task Are: breathing Gas Supply (product Goal Should Meet Both Us Navy General Specification For Diving And Manned Hyperbaric Systems And Us Navy Dive Manual Requirements): improve Carbon Dioxide (co2) Scrubbing Materials Or Systems (i.e. Canister Systems), Used For Both Free-swimming (i.e. Underwater Breathing Apparatuses (ubas)) And Fixed Systems (i.e. Recompression Chambers), That Extend Diving Duration; develop Portable, Minimal Power Input, Ambient Oxygen (o2) Concentrators Capable Of Working In Conjunction With Existing Diving Air Compressors; improve Helium Reclaim Systems To Support Mixed Gas And Saturation Diving Systems And Compact, Portable Mix-making System To Reduce Large Gas Storage Logistical Footprints; develop Co2 Sensor And Improve O2 Sensors For Measuring Ppo2 In Closed-circuit Uba; develop Innovative Diluent Gas Solutions That Combine The Advantages Of Nitrogen’s Abundance And Availability And Helium’s Non-narcotic Properties; develop High-pressure Air Flasks, Hoses And Regulators, With High Pressure Defined For This Purpose As Greater Than 5,000 Pounds Per Square Inch (psi), For Surface-supplied Diving (ssd) Emergency Gas Supplies (egs) And Scuba/ Closed And Semi-closed Ubas. Current Diver Worn Egs Is Not Sufficient To Provide Organic Gas Supply For Recovery From Deepest Depths If Primary Gas Source Is Lost. human Performance: improve Understanding Of Oxygen Toxicity Mechanisms And Oxygen Toxicity Mitigation Development; develop Pharmacological Or Other Novel Mitigations To Prevent Or Delay Pulmonary And Cns Oxygen Toxicity; develop And/or Refine Underwater Noise Protection Strategies, Equipment, And Diver Underwater Exposure Limits; improve Current Comprehension Of The Environmental And Physiological Mechanisms Via Which Sound Is Perceived Via Wetted Auditory Interface; develop Permissible Exposure Limits (pel) For Typical Broadband Noise Sources Insonifying The Aquatic Mission Environment; develop Compact, Adaptive, Wearable Acoustic Dosimetry Technology For Use In Conjunction With Pel And To Inform Long-term Auditory Hazards Associated With Diving; develop Methods To Assess And Mitigate Diver Underwater Sound/blast/implosion Exposure. refine The Understanding Of Hypercapnia And Its Effects On Divers And Mitigations Thereof; improve Understanding Of Gas (n2, O2, Co2) Narcosis To Include Mitigations And Predictions Of Equivalent Narcotic Depths; improve Understanding Of Effects On The Human Body From Immersion, Exertion, Breathing Resistance, And Temperature, Or A Combination Thereof, In Relation To Working Underwater; develop Breathing Standards For Resting And Working Personnel In Dry Hyperbaric Environments To 6 Atmospheres Absolute (ata). (3) Protection From The Environment: improve Knowledge Of Submerged Body Heat Loss/retention To Inform Development Of Future Heating/cooling Systems; Develop Analytical Tools For Exposure Planning For Deep / Long Duration Diving Operations Based Off Know Levels Of Thermal Protection And Environmental Factors (i.e. Depth, Temperature, Etc.); improve Heating/cooling Methods/systems For Submerged Free-swimming Divers; Examine Novel Mechanism For Actively Cooling A Diver Underwater. Specifically In Helmeted Or Unhelmeted And Tethered And Untethered Conditions. The System Should Be Capable Of Functioning In A Highly Contaminated Environment; improve Physical Protection For Divers In Contaminated Water (i.e. Full Encapsulation) To Include Novel Non-permeable Membranes; improve Equipment And Procedures Used To Decontaminate Divers And Diving Gear; improve Equipment And/or Procedures To Detect And Quantify Biologic And/or Chemical Contamination On-site Within 24 Hours Of Diving; develop Permissible Exposure Limits For Common Biological/chemical Contaminants For Risk Mitigation Planning. (4) Decompression: develop/test Decompression Models Valid Across The Full Spectrum Of U.s. Navy Diving, Including Diving To Depths Beyond 300 Fsw; develop Pharmacological Or Other Novel Mitigations For Preventing Or Treating Decompression Sickness; improve Decompression Sickness Diagnosis Through, But Not Limited To, The Utilization Of Algorithms; improve Decompression Guidance Using Alternate Gas Mixtures. (5) Tools, Transportation And Training: improve Diver Communications, Both Wired And Through-water; improve The Ability To Track Diver Location Underwater From Surface Support Craft; improve Through-water Data Communication For Divers (text, Navigation, Biometrics); improve Diver Propulsion Devices To Include Diver Worn And Diver As Passenger. B. Submarine Escape And Rescue: This Interest Area Relates To Optimizing Submariner Survival In A Disabled Submarine Event. Focus Areas Are: development Of Rapid, Accurate Methods To Assess A Disabled Submarine (dissub) Atmosphere, With Focus On Submarine Escape Action Limit (seal) Gases, To Internal Pressures Up To 6 Ata; develop Novel Means To Mitigate Oxygen Toxicity (pulmonary And Cns) Aboard A Pressurized Disabled Submarine; develop Novel Means To Accelerate Or Eliminate Saturation Decompression Of A Pressurized Disabled Submarine (dissub) Survivors, Including But Not Limited To, Greater Oxygen Use; evaluation Of The Utility Of Non-hyperbaric Interventions To Prolong Survival And Accelerate Decompression From A Pressurized Dissub; evaluation Of The Impact Of Starvation, Dehydration, Sleep Deprivation, And/or Gas Narcosis At 5 Atmospheres Absolute (ata) On Decision Making In A Pressurized Dissub; improve Understanding And Guidance Of Thermal Stress (with Focus On Hyperthermia) And Associated Fluid Loss In A Pressurized Dissub And Rescue Vehicles To 5 Ata By: development And Evaluation Of Physiological Heat Stress Limits Based On Time And Environmental Conditions, And development And Evaluation Of Heat Mitigation Measures (body Cooling) Under Conditions Of Increased Temperature, Humidity, And Elevated Co2 (2.5 - 3%); improve Understanding And Guidance For Mitigation Of Surface Interval Decompression Sickness (dcs) Risk Associated With Rescue Using Either The Pressurized Rescue Module (prm) Or The Submarine Rescue Chamber (src) After Saturation Dropout Or Aborted Decompression, Including, But Not Limited To, Mitigation With Various Periods Of Oxygen Pre-breathing And/or Other Non-hyperbaric Interventions E.g. Pharmacological; develop Procedures To Fully Decompress Pressurized Rescuees Within The Prm If Needed; improve Guidance For Hypothermia Prevention In Submarine Escape Scenarios Using Existing Submarine Escape And Surface Survival Personnel Equipment (sesspe); improve Guard Book Guidance, Procedures, And Related Senior Survivor Decision Tools, To Include Reducing The Risk Of Pulmonary Oxygen Toxicity For Rescuees; improve Care Of Escape And Rescue Casualties Within The U.s. Navy Submarine Rescue Diving And Recompression System (srdrs), To Include Critical Care And Casualty Assessment; improvement Of Current Concepts Of Rescuee Triage, Holding, And Movement, Including Assessment Of The Adequacy Of Established Procedures And Available Equipment, For Rescues Involving The Prm And The Src; improvement Of Current Tracking Of Rescuee Triage, Holding, And Movement. C. Additional Interest Items Include Any Equipment, Procedure, Or Medical Treatment Protocol, Not Specifically Listed Above, That Could Be Used To Improve The Safety Or Effectiveness Of Navy Divers Or Submarine Rescue Operations. 2. Instructions For Preparation Of Pre-proposal And Proposals a. Proposals To This Baa Are Reviewed Using A Two-step Process. To Be Considered For An Award, Respondents Are First Required To Submit A Pre-proposal. Multiple Submissions Are Allowed And Encouraged If A Respondent Wishes To Be Considered For Award Under More Than One Of The Task Areas Identified Above. Separate Submissions Would Be Required For Each Area Of Interest. (1) For Fy26, The Pre-proposal Submission Deadline Is No Later Than 3:00 Pm Est, 30 November 2024. If The Pre-proposal Submission Is Selected, The Second Step Will Be A Request For Full-proposals. The Deadline For Full-proposal Submission Is No Later Than 3:00 Pm Est, 28 February 2025. Proposals Received After The Due Date Will Be Considered Only If Funding Remains Available. These Dates Are Applicable To Work Beginning In The Funding Cycle Starting 1 October 2026. (2) For Fy27, The Pre-proposal Submission Deadline Is No Later Than 3:00 Pm Est, 30 November 2025. If The Pre-proposal Submission Is Selected, The Second Step Will Be A Request For Full-proposals. The Deadline For Full-proposal Submission Is No Later Than 3:00 Pm Est, 28 February 2026. Proposals Received After The Due Date Will Be Considered Only If Funding Remains Available. These Dates Are Applicable To Work Beginning In The Funding Cycle Starting 1 October 2027. b. This Synopsis Constitutes A Broad Agency Announcement (baa) Per Far 6.102(d)(2)(i). The Step One Pre-proposal Shall Be Three To Five Pages Of Text Using The Format Provided With This Baa, And Should Include An Estimate Of Overall Costs (including Indirect Costs) For Each Year Of The Proposed Effort. Pre-proposals Will Be Evaluated Based On The Criteria Specified Below Using A Scale Of 1 (lowest) To 10 (highest). c. The Highest Rated Pre-proposal Responses Will Be Invited To Submit A Step Two Full Technical And Cost Proposal On All Or Part Of Their Pre-proposal Submission. The Technical Proposal Will Be Submitted Using The Format Provided With This Baa And Not Be More Than 20 Pages Excluding Curriculum Vitae And Supporting Documentation That Would Be Included In The Appendix. Any Such Invitation Does Not Obligate The U.s. Government To Make An Award. Offerors Are Also Advised All Awards Are Subject To The Defense Contract Audit Agency (dcaa) Contract Audit Process. Any Proposal That Involves Animal Research Must Comply With The Following Requirements Before A Contract Can Be Awarded: 7 U.s.c. 2131-2159 And 9 Cfr Parts 1 Thru 4, Secnavinst 3900.38c, Dodinst 3216.01 And Defense Federal Acquisition Regulation Supplement (dfars) 252.235-7002 Animal Welfare, As Applicable. Additionally, Any Proposal That Involves Human Subject Research Must Comply With The Following Requirements Before A Contract Can Be Awarded: 32 Cfr 219, Dodinst 3216.02, The Secnavinst 3900.39 Series, And All Applicable Sections Of The 21 Cfr As Outlined In Dfars 252.235-7004 Protection Of Human Subjects. Each Pre-proposal And Full Proposal Must State That It Is Submitted In Response To This Baa. This Baa Provides No Funding For Pre-proposal Or Subsequent Proposal Development Purposes. Proposals Will Be Evaluated Based On The Criteria Specified Below. 3. Criteria For Scoring And Ranking Pre-proposals And Proposals, Their Relative Importance, And The Method Of Evaluation. a. Pre-proposal And Full Technical Proposal Submissions Will Be Evaluated On: (1) The Basis Of Innovation And Scientific Merit; (2) The Relevance To Diving And Submarine Escape And Rescue; (3) The Overall Value To The U.s. Government And Affordability Of The Proposal; (4) The Likelihood Of Achieving Success, Based On The Offeror’s Abilities, Capabilities, Strengths, And Weaknesses, All Of Which Impact The Ability To Achieve The Proposal Objectives; (5) The Potential Benefits Of Any Proposed Data Rights (if Applicable); (6) The Ability Of The Offeror To Efficiently Managing Their Project, Funds And Timely Completion Of Work Products; And (7) The Overall Impression Of The Project By The Expert Reviewer(s). these Criteria Are All Of Equal Importance. b. Selection Of Proposals For Award Will Be Based On The Total Evaluated Score Of The Items Above. c. This Is To Notify Potential Offerors That Each Contract That May Be Placed Under This Announcement To An Institution Of Higher Education Must Include The Following Clause: "as A Condition For Receipt Of Funds Available To The Department Of Defense (dod) Under This Award, The Recipient Agrees That It Is Not An Institution That Has A Policy Of Denying, And That It Is Not An Institution That Effectively Prevents The Secretary Of Defense From Obtaining For Military Recruiting Purposes: (a) An Entry To Campuses Or Access To Students On Campuses; Or (b) Access To Directory Information Pertaining To Students. If The Recipient Is Determined, Using Procedures Established By The Secretary Of Defense To Implement Section 558 Of Public Law 103-337 (1994), To Be Such An Institution During The Period Of Performance Of This Agreement, And Therefore To Be In Breach Of This Clause, The Government Will Cease All Payments Of Dod Funds Under This Agreement And All Other Dod Grants And Cooperative Payments Unilaterally For Material Failure To Comply With The Terms And Conditions Of Award. If Your Institution Has Been Identified Under The Procedures Established By The Secretary Of Defense To Implement Section 558, Then: (1) No Funds Available To Dod May Be Provided To Your Institution Through Any Contract, Including Any Existing Contract, (2) As A Matter Of Policy, This Restriction Also Applies To Any Cooperative Agreement, And (3) Your Institution Is Not Eligible To Receive A Contract Or Cooperative Agreement In Response To This Solicitation." d. Historically Black Colleges And Universities (hbcu) And Minority Institutions (mi) Are Encouraged To Submit Pre-proposals Or Join Others In Submitting Pre-proposals; However, No Portion Of This Baa Will Be Set Aside For Hbcu And Mi Participation Due To The Impracticality Of Reserving Discrete And Severable Areas Of Submarine Escape And Rescue, And Diving For Exclusive Competition Among These Entities. This Announcement Constitutes A Broad Agency Announcement (baa) As Contemplated In Far 6.102(d)(2)(i). The Government Reserves The Right To Select For Award All, Some, Or None Of The Proposals Received In Response To This Announcement. 4. Pre-proposals And Subsequent Full Proposals Shall Be Submitted To: Dr. David Southerland, David.g.southerland.civ@us.navy.mil; Usn.washington.sea-00.mbx.sea-00c-dsbd@us.navy.mil, Lisa.m.grayum.civ@us.navy.mil, And Daniel.w.kough2.civ@us.navy.mil. Attn: Baa-25-g-01. Offerors Are To Follow The Sample Format For Submission Of Pre-proposals And Proposals As Found In Enclosures (1) And (2) Of This Baa. a. All Pre-proposals And Full-proposals Will Be Acknowledged Within 7 Working Days After The Published Due Date. If No Acknowledgement Is Received After 7 Working Days It Is The Responsibility Of The Submitter To Contact The Naval Sea Systems Command Office At 202-781-3854 To Verify That Their Submission Has Been Received. Pre-proposals And Full-proposals Will Not Be Returned After Evaluation. General And Technical Questions Regarding This Announcement Should Be Sent To:
usn.washington.sea-00.mbx.sea-00c-dsbd@us.navy.mil b. The Point Of Contact For Information Regarding Contractual Issues Is Ms. Lisa Grayum, Contracting Officer, At Email: Lisa.m.grayum.civ@us.navy.mil With Copy To Daniel.w.kough2.civ@us.navy.mil. The Following Additional Information Is Provided: (1) Proposals May Be Submitted By Any Governmental Agency, Commercial Firm, Individual, Non-profit, Or Institution Of Higher Education. (2) Offerors Must Be Current In System For Award Management (sam). c. Phase Ii Of The Proposal Selection Process For Non-government Institutions (contractors) Will Consist Of A Request From The U.s. Government To The Offeror(s) For Full Technical And Cost Proposals To Support The Navy In One Or More Of The Primary Areas Of Interest Listed In Paragraph 1 Above. An Offeror Can Be Considered For Contract Award Only Upon Preparation And Submittal Of A Fully Compliant Phase Ii Proposal. In The Event That A Phase Ii Technical And Cost Proposal Is Requested, The Applicable Request For Proposal Will Contain The Terms And Conditions And Clauses To Be Incorporated In The Potential Contract. 5. Any Contract(s) Awarded Based On Responses To This Baa Are Considered To Be The Result Of Full And Open Competition (see Far 6.102(d)(2)(i)) And In Full Compliance With The Provisions Of Public Law (pl) 98-369, “the Competition In Contracting Act Of 1984.”
7991-8000 of 10000 active Tenders