Website Tenders
Website Tenders
DEPT OF THE NAVY USA Tender
United States
Description: Contact Information|4|n743.35|wwv|n/a|tiana.hammaker@navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E |
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|x||x||||||
general Information-fob-destination|1|a|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)||tbd|n00104|tbd|tbd|n50286|tbd|||n/a||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year|365 Days After The Last Delivery Under This Contract |||||
warranty Of Data--basic (mar 2014)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
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|332119|500||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x||
1.dd1423 Data Item A001 (inspection And Test Plan) May Be Waived If Already On File At Navsup Wss Mechanicsburg.
2. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By
facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Here In.
3.the Following Proposed Delivery Schedule Applies:
submission Of All Certification Data Cdrls 20 Days Prior To Delivery.
pnsy Review/acceptance Of Certification Cdrls 18 Working Days After Receipt
final Delivery Of Material (186 Days)
\
1. Scope
1.1 The Material Covered In This Contract/purchase Order Will Be Used In A Crucial Shipboard System. The Use Of Incorrect Or Defective Material Would Create A High Probability Of Failure Resulting In Serious Personnel Injury, Loss Of Life, Loss Of Vital
shipboard Systems, Or Loss Of The Ship Itself. Therefore, The Material Has Been Designated As Special Emphasis Material (level I, Scope Of Certification, Or Quality Assured) And Special Control Procedures Are Invoked To Ensure Receipt Of Correct Material.
1.1.1 Dssp Scope Of Certification Material - Material Control Division ;(b); Applies To This Material.
2. Applicable Documents
2.1 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 Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.2.3 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
drawing Data=7384567 |53711| B| |d|0000.a | A|49998|0047915
drawing Data=7384567 |53711| B| |d|0000.b | A|49998|0012340
drawing Data=7384567 |53711| B| |d|0000.c1 | A|49998|0063360
drawing Data=7384567 |53711| B| |d|0000.c2 | A|49998|0067816
drawing Data=7384567 |53711| B| |d|0000.c3 | A|49998|0047261
drawing Data=7384567 |53711| B| |d|0001 | B|49998|0541091
drawing Data=7384567 |53711| B| |d|0002.1 | B|49998|0049340
drawing Data=7384567 |53711| B| |d|0002.2 | B|49998|0050116
drawing Data=7384567 |53711| B| |d|0002.3 | B|49998|0039027
drawing Data=7384567 |53711| B| |d|0003 | A|49998|0008195
drawing Data=7384567 |53711| B| |d|0004 | B|49998|0035857
drawing Data=7384567 |53711| B| |d|0005 | A|49998|0027924
drawing Data=7384567 |53711| B| |d|0006.1 | B|49998|0051344
drawing Data=7384567 |53711| B| |d|0006.10 | B|49998|0018590
drawing Data=7384567 |53711| B| |d|0006.2 | B|49998|0050621
drawing Data=7384567 |53711| B| |d|0006.3 | B|49998|0046742
drawing Data=7384567 |53711| B| |d|0006.4 | B|49998|0044834
drawing Data=7384567 |53711| B| |d|0006.5 | B|49998|0040241
drawing Data=7384567 |53711| B| |d|0006.6 | B|49998|0048952
drawing Data=7384567 |53711| B| |d|0006.7 | B|49998|0041918
drawing Data=7384567 |53711| B| |d|0006.8 | B|49998|0052570
drawing Data=7384567 |53711| B| |d|0006.9 | B|49998|0020773
drawing Data=7384567 |53711| B| |d|0007.1 | B|49998|0030970
drawing Data=7384567 |53711| B| |d|0007.10 | B|49998|0034322
drawing Data=7384567 |53711| B| |d|0007.11 | B|49998|0035957
drawing Data=7384567 |53711| B| |d|0007.12 | B|49998|0036745
drawing Data=7384567 |53711| B| |d|0007.13 | B|49998|0031068
drawing Data=7384567 |53711| B| |d|0007.14 | B|49998|0032727
drawing Data=7384567 |53711| B| |d|0007.15 | B|49998|0033853
drawing Data=7384567 |53711| B| |d|0007.16 | B|49998|0036960
drawing Data=7384567 |53711| B| |d|0007.17 | B|49998|0038132
drawing Data=7384567 |53711| B| |d|0007.18 | B|49998|0036627
drawing Data=7384567 |53711| B| |d|0007.19 | B|49998|0031460
drawing Data=7384567 |53711| B| |d|0007.2 | B|49998|0031768
drawing Data=7384567 |53711| B| |d|0007.20 | B|49998|0031227
drawing Data=7384567 |53711| B| |d|0007.21 | B|49998|0035590
drawing Data=7384567 |53711| B| |d|0007.22 | B|49998|0032406
drawing Data=7384567 |53711| B| |d|0007.23 | B|49998|0032888
drawing Data=7384567 |53711| B| |d|0007.24 | B|49998|0033759
drawing Data=7384567 |53711| B| |d|0007.25 | B|49998|0032713
drawing Data=7384567 |53711| B| |d|0007.26 | B|49998|0030746
drawing Data=7384567 |53711| B| |d|0007.27 | B|49998|0029951
drawing Data=7384567 |53711| B| |d|0007.28 | B|49998|0030916
drawing Data=7384567 |53711| B| |d|0007.29 | B|49998|0036562
drawing Data=7384567 |53711| B| |d|0007.3 | B|49998|0029144
drawing Data=7384567 |53711| B| |d|0007.30 | B|49998|0035822
drawing Data=7384567 |53711| B| |d|0007.31 | B|49998|0035710
drawing Data=7384567 |53711| B| |d|0007.32 | B|49998|0035391
drawing Data=7384567 |53711| B| |d|0007.33 | B|49998|0038044
drawing Data=7384567 |53711| B| |d|0007.34 | B|49998|0035787
drawing Data=7384567 |53711| B| |d|0007.35 | B|49998|0032424
drawing Data=7384567 |53711| B| |d|0007.36 | B|49998|0032716
drawing Data=7384567 |53711| B| |d|0007.37 | B|49998|0034125
drawing Data=7384567 |53711| B| |d|0007.38 | B|49998|0034895
drawing Data=7384567 |53711| B| |d|0007.39 | B|49998|0036124
drawing Data=7384567 |53711| B| |d|0007.4 | B|49998|0030904
drawing Data=7384567 |53711| B| |d|0007.40 | B|49998|0037245
drawing Data=7384567 |53711| B| |d|0007.41 | B|49998|0035893
drawing Data=7384567 |53711| B| |d|0007.42 | B|49998|0030509
drawing Data=7384567 |53711| B| |d|0007.43 | B|49998|0031504
drawing Data=7384567 |53711| B| |d|0007.44 | B|49998|0034862
drawing Data=7384567 |53711| B| |d|0007.45 | B|49998|0019826
drawing Data=7384567 |53711| B| |d|0007.5 | B|49998|0032757
drawing Data=7384567 |53711| B| |d|0007.6 | B|49998|0030206
drawing Data=7384567 |53711| B| |d|0007.7 | B|49998|0035655
drawing Data=7384567 |53711| B| |d|0007.8 | B|49998|0034678
drawing Data=7384567 |53711| B| |d|0007.9 | B|49998|0034181
drawing Data=7384567 |53711| B| |d|0008.1 | B|49998|0047060
drawing Data=7384567 |53711| B| |d|0008.10 | B|49998|0046913
drawing Data=7384567 |53711| B| |d|0008.11 | B|49998|0045668
drawing Data=7384567 |53711| B| |d|0008.12 | B|49998|0044059
drawing Data=7384567 |53711| B| |d|0008.13 | B|49998|0046117
drawing Data=7384567 |53711| B| |d|0008.14 | B|49998|0050092
drawing Data=7384567 |53711| B| |d|0008.15 | B|49998|0048036
drawing Data=7384567 |53711| B| |d|0008.16 | B|49998|0042649
drawing Data=7384567 |53711| B| |d|0008.17 | B|49998|0041300
drawing Data=7384567 |53711| B| |d|0008.18 | B|49998|0021672
drawing Data=7384567 |53711| B| |d|0008.19 | B|49998|0018145
drawing Data=7384567 |53711| B| |d|0008.2 | B|49998|0051081
drawing Data=7384567 |53711| B| |d|0008.20 | B|49998|0008759
drawing Data=7384567 |53711| B| |d|0008.3 | B|49998|0045412
drawing Data=7384567 |53711| B| |d|0008.4 | B|49998|0045820
drawing Data=7384567 |53711| B| |d|0008.5 | B|49998|0047940
drawing Data=7384567 |53711| B| |d|0008.6 | B|49998|0047030
drawing Data=7384567 |53711| B| |d|0008.7 | B|49998|0044513
drawing Data=7384567 |53711| B| |d|0008.8 | B|49998|0047005
drawing Data=7384567 |53711| B| |d|0008.9 | B|49998|0049947
drawing Data=7384567 |53711| B| |d|0009 | A|49998|0042709
drawing Data=7384567 |53711| B| |d|0010 | A|49998|0381945
drawing Data=7384567 |53711| B| |d|0011 | A|49998|0377930
drawing Data=7384567 |53711| B| |d|0012 | B|49998|0438708
drawing Data=7384567 |53711| B| |d|0013 | B|49998|0425947
drawing Data=7384567 |53711| B| |d|0014 | B|49998|0024163
drawing Data=7384567 |53711| B| |d|0015 | B|49998|0028587
drawing Data=7384567 |53711| B| |d|0016 | A|49998|0030960
drawing Data=7384567 |53711| B| |d|0017 | B|49998|0345977
drawing Data=7384567 |53711| B| |d|0018 | B|49998|0488724
drawing Data=7384567 |53711| B| |d|0019 | B|49998|0037883
drawing Data=7384567 |53711| B| |d|0019.1 | B|49998|0019839
drawing Data=7384567 |53711| B| |d|0020 | A|49998|0024639
drawing Data=7384567 |53711| B| |d|0021 | A|49998|0033119
drawing Data=7384567 |53711| B| |d|0022 | B|49998|0042432
drawing Data=7384567 |53711| B| |d|0023 | B|49998|0028348
drawing Data=7384567 |53711| B| |d|0024 | A|49998|0028158
drawing Data=7384567 |53711| B| |d|0025 | A|49998|0030240
drawing Data=7384567 |53711| B| |d|0026 | B|49998|0031400
drawing Data=7384567 |53711| B| |d|0027 | A|49998|0039543
drawing Data=7384567 |53711| B| |d|0028 | A|49998|0031593
drawing Data=7384567 |53711| B| |d|0029 | A|49998|0034213
drawing Data=7384567 |53711| B| |d|0030 | B|49998|0036511
drawing Data=7384567 |53711| B| |d|0031 | A|49998|0014761
drawing Data=7384567 |53711| B| |d|0032 | A|49998|0023154
drawing Data=7384567 |53711| B| |d|0033 | A|49998|0018565
drawing Data=7384567 |53711| B| |d|0034 | B|49998|0025969
drawing Data=7384567 |53711| B| |d|0035 | A|49998|0031138
drawing Data=7384567 |53711| B| |d|0036 | A|49998|0033451
drawing Data=7384567 |53711| B| |d|0037 | A|49998|0032161
drawing Data=7384567 |53711| B| |d|0038 | A|49998|0025245
drawing Data=7384567 |53711| B| |d|0039 | A|49998|0033687
drawing Data=7384567 |53711| B| |d|0040 | A|49998|0025985
drawing Data=7384567 |53711| B| |d|0041 | A|49998|0034616
drawing Data=7384567 |53711| B| |d|0042 | B|49998|0039232
drawing Data=7384567 |53711| B| |d|0043 | A|49998|0020916
drawing Data=7384567 |53711| B| |d|0044 | A|49998|0023047
drawing Data=7384567 |53711| B| |d|0045 | A|49998|0016440
drawing Data=7384567 |53711| B| |d|0046 | A|49998|0027094
drawing Data=7384567 |53711| B| |d|0047 | A|49998|0025150
drawing Data=7384567 |53711| B| |d|0048 | A|49998|0040122
drawing Data=7384567 |53711| B| |d|0049 | A|49998|0041616
drawing Data=7384567 |53711| B| |d|0050 | A|49998|0029207
drawing Data=7384567 |53711| B| |d|0051 | B|49998|0032310
drawing Data=7384567 |53711| B| |d|0052 | A|49998|0026523
drawing Data=7384567 |53711| B| |d|0053 | A|49998|0025913
drawing Data=7384567 |53711| B| |d|0054 | A|49998|0026989
drawing Data=7384567 |53711| B| |d|0055 | A|49998|0021634
drawing Data=7384567 |53711| B| |d|0056 | A|49998|0025499
drawing Data=7384567 |53711| B| |d|0057 | A|49998|0021584
drawing Data=7384567 |53711| B| |d|0058 | A|49998|0019594
drawing Data=7384567 |53711| B| |d|0059 | B|49998|0025953
drawing Data=7384567 |53711| B| |d|0060 | A|49998|0021104
drawing Data=7384567 |53711| B| |d|0061 | A|49998|0029864
drawing Data=7384567 |53711| B| |d|0062 | A|49998|0030574
drawing Data=7384567 |53711| B| |d|0063 | A|49998|0031783
drawing Data=7384567 |53711| B| |d|0064 | B|49998|0030482
drawing Data=7384567 |53711| B| |d|0065 | B|49998|0026312
drawing Data=7384567 |53711| B| |d|0066 | A|49998|0027833
drawing Data=7384567 |53711| B| |d|0067 | A|49998|0031218
drawing Data=7384567 |53711| B| |d|0068 | B|49998|0027341
drawing Data=7384567 |53711| B| |d|0069 | A|49998|0027314
drawing Data=7384567 |53711| B| |d|0070 | B|49998|0026721
drawing Data=7384567 |53711| B| |d|0071 | A|49998|0019947
drawing Data=7384567 |53711| B| |d|0072 | A|49998|0023480
drawing Data=7384567 |53711| B| |d|0073 | A|49998|0023379
drawing Data=7384567 |53711| B| |d|0074 | A|49998|0018760
drawing Data=7384567 |53711| B| |d|0075 | A|49998|0018731
drawing Data=7384567 |53711| B| |d|0076 | A|49998|0033001
drawing Data=7384567 |53711| B| |d|0077 | B|49998|0025694
drawing Data=7384567 |53711| B| |d|0078 | B|49998|0015947
drawing Data=7384567 |53711| B| |d|0079 | B|49998|0025543
drawing Data=7384567 |53711| B| |d|0080 | A|49998|0022691
drawing Data=7384567 |53711| B| |d|0081 | B|49998|0026827
drawing Data=7384567 |53711| B| |d|0082 | A|49998|0024208
drawing Data=7384567 |53711| B| |d|0083 | A|49998|0025319
drawing Data=7384567 |53711| B| |d|0084 | B|49998|0021681
drawing Data=7384567 |53711| B| |d|0085 | A|49998|0027127
drawing Data=7384567 |53711| B| |d|0086 | B|49998|0026948
drawing Data=7384567 |53711| B| |d|0087 | B|49998|0021388
drawing Data=7384567 |53711| B| |d|0088 | B|49998|0020078
drawing Data=7384567 |53711| B| |d|0089 | B|49998|0020412
drawing Data=7384567 |53711| B| |d|0090 | B|49998|0021010
document Ref Data=astm-b21 | | | |200401|a| | |
document Ref Data=ansi/asq Z1.4 | | | |080101|a| | |
document Ref Data=mil-std-792 | | |f |060519|a| | |
document Ref Data=iso_9001 | | | |081115|a| | |
document Ref Data=iso10012 | | | |030415|a| | |
document Ref Data=iso/iec 17025 | | | |050515|a| | |
document Ref Data=mil-i-45208 | | |a |810727|a|1 | |
document Ref Data=mil-std-45662 | | |a |880801|a| | |
document Ref Data=ansi/ncsl Z540.3 | | | |130326|a| | |
3. Requirements
3.1 ;shim, Round, To Be Manufactured In Accordance With Navsea Drawing 7384567 Part Number 50 Except As Amplified Or Modified Herein.;
3.2 ;the Bushing Must Be Made From Astm-b21 Alloy C46400 Temper H02 (half Hard) In Lieu Of Qq-b-637. Chemical And Mechanical Certification Is Not Required.;
3.3 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
3.4 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government In Electronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.4.1 Waivers/deviations - All Waivers And Deviations, Regardless Of Significance Or Classification Require Review And Approval By The Contracting Officer. Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. The Contractor Must Provide A
copy Of This Request To The Qar. Requests Must Include The Information Listed Below.
A. A Complete Description Of The Contract Requirement Affected
And The Nature Of The Waiver/deviation (non-conformance),
Including A Classification Of Critical, Major, Or Minor.
B. Number Of Units (and Serial/lot Numbers) To Be Delivered In This
Configuration.
C. Any Impacts To Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel Or Impacts To The Operational Use Of The Product.
D. Information About Remedial Action Being Taken To Prevent Reoccurrence
Of The Non-conformance.
3.4.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted To The Navsup Wss Contracting Specialist Via Email.
3.4.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
A. The Change Priority, Change Classification (class I Or Class Ii),
And Change Justification.
B. A Complete Description Of The Change To Be Made And The Need For
That Change.
C. A Complete Listing Of Other Configuration Items Impacted By The
Proposed Change And A Description Of The Impact On Those Cis.
D. Proposed Changes To Documents Controlled By The Government.
E. Proposed Serial/lot Number Effectivities Of Units To Be
Produced In, Or Retrofitted To, The Proposed Configuration.
F. Recommendations About The Way A Retrofit Should Be Accomplished.
G. Impacts To Any Logistics Support Elements (such As Software,
Manuals, Spares, Tools, And Similar) Being Utilized By Government
Personnel In Support Of The Product.
H. Impacts To The Operational Use Of The Product.
I. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
J. Milestones Relating To The Processing And Implementation Of The
Engineering Change.
3.4.4 A Copy Of The Final Waiver/deviation (both Approved And Disapproved) Must Be Forwarded With The Applicable Asset(s).
3.5 Certificate Of Compliance - (special Emphasis Material) The Contractor Must Prepare And Submit A Certificate Of Compliance Certifying That The Items/components Furnished Under This Contract Comply With The Requirements Of The Procurement Document,
including Any/all Invoked Specifications And Drawings.
^ Quality Assurance Requirements ^
3.6 Quality System Requirements - The Contractor Furnishing Items Under This Contract/purchase Order Must Provide And Maintain A Quality System In Accordance With Iso-9001 As Amplified Or Modified Herein, With The Calibration System Requirements Of Iso-10012
or Ansi-z540.3 With Iso-17025. A Quality System In Accordance With Mil-i-45208, With The Calibration System Requirements Of Mil-std-45662, Is Acceptable As An Alternate.
3.6.1 The Contractor's Quality System And Products Supplied Under The System Are Subject To Evaluation, Verification Inspection, And Acceptance/nonacceptance By The Government Representative To Determine The System's Effectiveness In Meeting The Quality
requirements Established In The Contract/purchase Order.
3.6.2 The Contractor's Quality System Must Be Documented And Must Be Available For Review By The Contracting Officer Or His Representative Prior To Initiation Of Production And Throughout The Life Of The Contract. The Prime Contractor Must, Upon
notification, Make His Facilities Available For Audit By The Contracting Officer Or His Authorized Representative.
3.6.3 See Cdrl Di-qcic-81110 (inspection System Procedures) - All Suppliers Of Deep Submergence Systems Program (dssp) Material Are Required To Submit A Copy Of Their Current Documented Quality System Procedures To The Procurement Contracting Officer (pco)
prior To Award Of Any Contract/purchase Order. Suppliers That Have A Copy Of Their Current Quality System Procedures On File At Navicp-mech May Request The Pco Waive This Requirement.
3.6.4 This Contract Provides For The Performance Of Government Quality Assurance At Source. The Place Or Places Of Performance May Not Be Changed Without The Authorization Of The Procurement Contracting Officer. Upon Receipt Of This Order, Promptly
notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract Management Agency
(dcma) Office. In The Event That A Local Government Representative Or Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately.
3.6.5 Any Changes Made By The Contractor To A Qualified Quality System Will Require Concurrence By The Government Quality Assurance Representative Prior To Adoption.
3.7 Contractor Inspection Requirements - The Contractor Must Maintain Adequate Records Of All Inspections And Tests. The Records Must Indicate The Nature And Number Of Observations Made, The Number And Type Of Deficiencies Found, The Quantities Approved
and Rejected And The Nature Of Corrective Action Taken As Appropriate.
3.7.1 The Supplier's Gages, Measuring And Test Equipment Must Be Made Available For Use By The Government Representative When Required To Determine Conformance With Contract Requirements. When Conditions Warrant, The Supplier's Personnel Must Be Made
available For Operations Of Such Devices And For Verification Of Their Accuracy And Condition.
3.7.2 All Documents And Reference Data Applicable To This Contract Must Be Available For Review By The Government Representative. Copies Of Documents Required For Government Inspection Purposes Must Be Furnished In Accordance With The Instructions
provided By The Government Representative.
3.8 Subcontractor Inspection Requirements - The Government Has The Right To Inspect At Source, Any Supplies Or Services That Were Not Manufactured/performed Within The Contractor's Facility. Such Inspection Can Only Be Requested By Or Under Authorization Of
the Government Representative. Any Purchasing Documents To A Subcontractor Must Cite The Applicable Portions Of The Contractually Invoked Quality System (e.g. Calibration Requirements), Plus Any Product Requirements That Apply To The Supplies Being Purchased.
when The Government Elects To Perform Source Inspection At The Subcontractor's Facility, Applicable Purchase Documents Must Be Annotated With The Following Statement: "a Government Inspection Is Required Prior To Shipment From Your Plant. Upon Receipt Of
this Order, Promptly Notify The Government Representative Who Normally Services Your Plant So That Appropriate Planning For Government Inspection Can Be Accomplished. If You Do Not Have An Assigned Government Representative, Notify The Nearest Defense Contract
management Agency (dcma) Office. In The Event That A Local Government Representative Dcma Office Cannot Be Located, Our Purchasing Agent Should Be Notified Immediately."
3.9 Government Furnished Material And/or Equipment (gfm/gfe) - When Material Or Equipment Is Furnished By The Government, The Contractor Must Develop Documented Control Procedures That Require At Least The Following:
3.9.1 Visual Examination Upon Receipt To Detect Damage During Transit.
3.9.2 Inspection For Completeness And Proper Type.
3.9.3 Verification Of Material Quality Received.
3.9.4 Periodic Inspection And Precautions To Assure Adequate Storage Conditions And To Guard Against Damage From Handling And Deterioration During Storage.
3.9.5 Functional Testing, Either Prior To Or After Installation, Or Both, As Required By The Contract To Determine Satisfactory Operation.
3.9.6 Identification And Protection From Improper Use Or Disposition.
3.9.7 Reporting To The Government, Any Gfm Or Gfe Property Found Damaged, Malfunctioning, Or Otherwise Unsuitable For Use. In The Event Of Damage Or Malfunction During Or After Installation, The Supplier Must Determine And Record Probable Cause And
necessity For Withholding The Material From Use.
3.9.8 For Gfe Material, And As Required By The Terms Of The Bailment Agreement, The Supplier Must Establish Procedures For Adequate Storage, Maintenance, And Inspection Of Bailed Government Material. Records Of All Inspection And Maintenance Performed On
bailed Property Must Be Maintained.
3.9.9 Material Returned To The Contractor Must Be Handled As Gfm.
3.10 Traceability And Certification Requirements - To Assure That Correct Materials Are Installed In Dssp Systems, It Is Imperative That Traceability Be Maintained From The Material To All Required Objective Quality Evidence (oqe).
3.10.1 The Following Provides The Minimum Requirements For Maintaining Material Traceability And Supplements The Requirements Specified Elsewhere In The Contract/purchase Order.
3.11 Material Traceability - Traceability Markings Must Be Permanently Applied To The Material In Accordance With Mil-std-792 Or To A Tag Affixed To The Material, And Annotated On The Required Oqe. The Traceability Marking May Be Any Vendor Traceability
number/code Which Provides Complete Traceability To The Required Oqe. Traceability Marking/identification May Include Such Items As Nomenclature, Part Number, Technical Description, National Stock Number (nsn), Etc. Traceability Must Be Maintained Through All
process Operations Including Any Subcontracted Operations, To The Finished Component.
3.11.1 When Traceability Markings On The Material Would Be Removed By A Manufacturing Or Fabrication Process, The Marking Must Be Recorded Prior To Removal And Be Immediately Restored Upon Completion Of The Process. If This Cannot Be Done Or Is Impractical,
an Appropriate Material Control Procedure (such As A Bag And Tag, Tagging, And/or Tote Box Control) Must Be Employed.
the Material Control Procedure Must Provide A Method Of Positive Control To Preclude Commingling Of Material Or Loss Of Traceability. The Traceability Marking Must Be Reapplied Upon Completion Of The Final Manufacturing Process.
3.11.2 The Material Control Process Must Include Requirements For The Maintenance Of Traceability For Items Sent Out For Subcontracted Operations. If Such Operations Would Remove Traceability Markings On The Material, Purchase Or Work Orders Must Specify A
method And Marking Location For Remarking. The Contractor Must Also Ensure That Subcontractor Production Controls Are Adequate To Preclude Commingling Of Materials During Processing.
3.12 Final Inspection - The Following Inspections Must Be Performed Prior To Government Inspection And Acceptance.
3.12.1 Material Sampling - Material Must Be Inspected For Form, Fit, And Function. Lot Acceptance Must Be Based On Zero Defects And Lot Rejection Based On One Defect. The Sample Size Must Be In Accordance With The Sampling Plan(s) In The Applicable Military
specification Or Standard, Federal Specification Or Standard, Or Drawing To Which The Material Was Manufactured. In The Absence Of Such Sampling Plans, Sampling Inspection Must Be Per Ansi/asq-z1.4, General Inspection Level Ii (for Sample Size Selection Code),
table Iia (for Sample Size).
small Lot Sizes - For Lot Sizes Of Fifty Or Less, The Minimum Sample Size Must Be Eight Units. For Lot Sizes Of Eight Or Less, The Sample Size Must Be One Hundred Percent Of The Lot.
3.12.2 The Manufacturer May Elect To Use Statistical Process Control (spc) To Assure Product Quality In Lieu Of The Above Attribute Sampling Plan, Provided That The Spc Methodology/system Used Provides Acceptable Products To The Government. However, The
government Inspection Activity May Perform Their Acceptance Inspection Of The Material Using The Attribute Sampling Plan Outlined Above.
3.12.3 All Oqe Required By The Contract And All Data Concerning Material Traceability (oqe To Traceability Marking) Must Be 100% Inspected. The Certification Test Reports Must Also Be 100% Inspected For Completeness And Legibility.
3.13 Test Certification - When Test Certifications Are Required Elsewhere In The Contract, Certification Documents Must Be Positive And Unqualified. Disclaimers Such As "to The Best Of Our Knowledge" Or "we Believe The Information Contained Herein Is True"
are Not Acceptable.
3.13.1 If Material Is Received Without The Required Test Certification Papers Or With Incorrect/missing Data On The Certification Papers, The Material Will Be Rejected.
3.14 See Cdrl Di-misc-80678 (special Emphasis C Of C) - The Certificate Of Compliance Must Show Traceability To The Marking Applied On Each Individual Item, And Must Contain The Following Information:
1. Contractor's Name, Address, Phone Number And Date.
2. The Contract/purchase Order Number (i.e. N00104-11-p-fa12).
3. The National Stock Number (nsn). The 18 Character National Stock Number For Special Emphasis Material Includes The Two Digit Cog, The Four Digit Fsc, The 9 Digit Niin, And The Two Digit Smic (i.e. 1h 4820 012345678 D4) ("n/a" When Not Applicable).
4. Lubricants, Sealants, Anti-seize, And/or Thread Locking Compounds. ("n/a" When Not Applicable).
5. Cure Date ("n/a" When Not Applicable).
6. Manufacturer's Compound Number ("n/a" When Not Applicable).
7. When Weld Procedure Submittal Is Required By The Contract, A Statement That The Approval Date Of The Qualification Data Precedes Any Production Or Repair Welding Performed On This Contract. ("n/a" When Not Applicable).
8. A Statement For Any Hull, Mechanical And Electrical (hm&e) Testing Required That Include The Name Of The Test And That It Was Performed Satisfactorily. If No Hm&e Testing Is Required, The Statement Should Read "hull, Mechanical And Electrical (hm&e) Testing
n/a."
9. A Statement To The Effect That All Items Furnished On This Contract Are In Full Compliance With The Specifications And Requirements.
10. Contractor's Or Authorized Personnel's Signature.
3.14.1 For Connectors, Cables, And Junction Boxes Procured To Eb Specs S-5343934-1, S-5343934-2, S-5343934-3, Or Dry Deck Shelter Specification S-5486639-1, The Certificate Of Compliance Must Also Include The Information Below:
11. A Notation That 32 Root Mean Square (rms) Finishes Are In Accordance With The Specifications And Are Free Of Imperfections.
12. Direct Reading Of O-ring Surface Diameters With Specified Standard.
3.14.2 For Self-locking Hex Nuts Procured To Nasm 25027, The Certificate Of Compliance Must Also Include The Information Below:
13. A Statement To The Effect That Qualification Testing In Accordance With Nasm 25027 Paragraph 3.2 Is Satisfactorily Performed.
4. Quality Assurance
4.1 Notes To Dcma Qar And The Contractor -
4.1.1 Dcma Qar And The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. When There Is A
disagreement Between The Contractor And The Government Representative As To The Effect On Contractual Requirements, The Departure Must Be Considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 Dcma Qar And The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Copy Must Be Given To The Local Government Representative. A
record Of These Departures, Traceable To The Applicablepart Number And Contract Number Must Be Submitted To The Pco.
4.1.3 Dcma Qar And The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 Dcma Qar - It Is The Responsibility Of Dcma Qar To Review Non-destructive Testing (ndt) Procedures For Navsup Contracts/purchase Orders.
4.1.5 Dcma Qar And The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must 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 Several Definitions Of Terms That Apply To Csi Items Are Listed Below. All Terms May Not Apply To Every Item.
6.1.1 The Ecds (electronic Contractor Data Submission) System Is At: Https://register.nslc.navy.mil/ This Application Will Require Advance Registration Using A Pki Digital Certificate On A Cac. A Vendor User Guide Is Available As Csd001 In The Csd
(contract Support Document) Library Within Ecds.
6.1.2 Critical Safety Item (csi) - Any Ship Part, Assembly, Or Support Equipment Containing A Critical Characteristic Whose Failure, Malfunction, Or Absence Of Which Could Cause A Catastrophic Or Critical Failure Resulting In Loss Of, Or Serious Damage To The
ship, Or Unacceptable Risk Of Personal Injury Or Loss Of Life.
6.1.3 Critical Process - As Determined By The Twh, Any Process, Operation Or Action Performed On A Ship Csi That Serves To Establish A Critical Characteristic (such As Welding, Soldering, Machining, Polishing, Cleaning, Or Assembling) Or Confirm That A
critical Characteristic Is Within Drawing Or Specification Compliance (such As, Testing, Measurement, Or Non-destructive Evaluation).
6.1.4 First Article - Pre-production Models, Initial Product Samples, Test Samples Produced To Ensure A Manufacturer's Capability To Meet Full Specification Requirements.
6.1.5 First Article Test (fat) - Contractually Required Testing And Inspection Of A Supplier's Pre-production, Production, Or "production Representative" Specimens To Evaluate A Manufacturer's Ability To Produce Conforming Product Prior To The Government's
commitment To Receive Subsequent Production Items. First Article Testing Is Product Specific And Does Not Assess Manufacturing Process Controls Nor Does It Assure The Effectiveness Of The Manufacturer's Quality Program.
6.1.6 Government Source Inspection (gsi) - Gsi Is Independent Oversight Performed By A Government Representative Usually A Dcma Quality Assurance Representative (qar)) To Assure That Those Unique Product Quality And System Elements, Identified By The
contracting Agency As Important, Are Observed And Evaluated.
6.1.7 Quality Assurance Letter Of Instruction (qali) - A Qali Is A Formal Document Initiated By A Contracting Activity That Provides Essential Requirements And Instructions For Contracted Materials To Be Independently Verified And Accepted By A Government
representative Prior To Shipment.
6.1.8 Objective Quality Evidence (oqe) - The Quantitative And Qualitative Data Of All Mechanical, Chemical, And Performance Tests Performed (as Required By The Applicable Specification, Drawing, Or Purchase Document) To Prove That The Material Supplied
conforms To The Specified Requirements.
6.1.9 Surface Discontinuity - Any Surface Irregularity, Marking, Or Localized Change In Physical Character Of The Surface, Other Than Dimensional, That Exists Infrequently At One Or Several Places. (examples: Burrs, Dents, Nicks, Scratches, Gouges, Pits,
center-punches, Scribes, And Tool Marks) Surface Discontinuities Less Than 0.005-inch In Depth Are Acceptable Provided They Do Not Violate Any Other Design Requirements Specified In This Contract/purchase Order.
6.1.10 Traceability Code - A Code Or Number Providing Traceability To The Actual Chemical And Mechanical Properties Of The Specified Heat, Batch, Or Form From Which The Material Originated.
6.1.11 Verification - An Examination Performed To Determine Compliance With A Specific Requirement.
6.1.12 Nonconformance - A Nonconformance Is Defined As Affecting Or Violating The Following:
- The Requirements Of This Contract/purchase Order.
- Contractually Invoked Drawings (i.e. Envelope Dimensions, Interface Dimensions With Mating Parts/equipment, Center Of Gravity, Weights, Piece Part Identification, Material, Etc.).
- Contractually Invoked Federal, Military, Or Commercial Specifications And/or Standards.
- Form, Fit, Function, Performance To Contract Requirements, Reliability, Maintainability, Interchangeability, Safety Of Personnel Or Equipment, Or Additional Cost To The Government.
6.1.13 Waiver - A Written Authorization To Accept An Item, Which During Manufacture, Or After Having Been Submitted For Government Inspection Or Acceptance, Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use As Is
or After Repair By An Approved Method.
6.1.14 Deviation - A Specific Written Authorization (granted Prior To The Manufacture Of An Item) To Depart From A Particular Requirement(s) Of An Item's Current Approved Configuration Documentation For A Specific Number Of Units Or A Specified Period Of
time, And To Accept An Item Which Is Found To Depart From Specified Requirements, But Nevertheless Is Considered Suitable For Use "as Is" Or After Repair By An Approved Method.
6.1.15 Critical Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving Safety.
6.1.16 Major Waiver/deviation - This Waiver/deviation Consists Of A Departure Involving:
- Performance
- Interchangeability, Reliability, Survivability, Maintainability, Or Durability Of The Item Or Its Repair Parts
- Health Or Safety
- Effective Use Or Operation
- Weight, Stability, Or Structural Integrity
- System Design Parameters As Schematics, Flows, Pressures Or Temperatures
- Compartment Arrangements Or Assigned Function
6.1.17 Minor Waiver/deviation - This Waiver/deviation Consists Of A Departure Which Does Not Involve Any Of The Factors Listed As Critical Or Major.
6.1.18 Engineering Change (ec) - A Change To The Current Approved Configuration Documentation Of A Configuration Item At Any Point In The Life Cycle Of The Item.
6.1.19 Engineering Change Proposal (ecp) - A Proposed Engineering Change And The Documentation By Which The Change Is Described, Justified, And Submitted To The Government For Approval Or Disapproval.
6.1.20 Class I Ecp - A Class I Ecp Is Approved By The Government's Configuration Control Board And Authorized With A Contract Modification.
6.1.21 Class Ii Ecp - A Class Ii Change Is Typically Reviewed For Concurrence In Classification By The Local Government Representative, Unless Otherwise Specified Elsewhere In The Contract/purchase Order.
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.
6.2.1 There Are 7 (seven) Separate 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 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.
6.4 Recent Updates - A Short Description Of Recent Updates To The Technical Requirements Of This Item Are Listed Below, Along With An Implementation Date For Each Issue. The Notes Below Are Only A Generic Quick Reference And Are Provided For Convenience
only, Detailed Requirements Will Be Defined Elsewhere In The Technical Sections Of This Contract/purchase Order.
;10/20/2016 - Updated Ecds Url
dec 20 2022 - Removed Requirement For Vender To Submit Waivers/deviations In Ecdsjan 05 2012 - Added Wawf To Forward Approved Waivers/deviations With Final Oqedec 17 2011 - Moved Quality Assurance Text Location For Readability
jan 19 2011 - Added Notification Of Dcma Upon Contract Award
dec 01 2011 - Moved "notes To Dcma Qar" To Qa Section
jan 5 2017 - Ecds/csd Info Was Added To Definitions In The Notes Section.;
date Of First Submission=asreq
paragraph 10.4 Of Di-qcic-81110 Does Not Apply.
date Of First Submission=asreq
block 4 - Paragraphs 10.2.1, 10.2.2, 10.2.3, 10.3, And 10.4 Of Di-misc-80678 Do Not Apply.
block 12 - Certification Data Must Be Submitted To Portsmouth Naval Shipyard For Review And Acceptance Prior To Each Shipment Of Material. Certification Documentation Must Be Submitted Via Wawf (wide Area Work Flow).
enter In Wawf As Follows:
"ship To" N50286
"inspect By" N39040
"accept By" N39040
and Email Notification Field: Port_ptnh_wawf_notification@navy.mil
no Material Is To Be Shipped Prior To The Receipt Of Acceptance.
Closing Date24 Mar 2025
Tender AmountRefer Documents
Bryant Hammett & Associates, LLC Tender
United States
Details: Advertisement For Bids 02/19/25 The Town Of Vidalia Will Receive Sealed Bids Marked "bid" For The Construction Of The Project Described As Follows: Town Of Vidalia 115kv Transmission Line Logan Sewell Substation To Industrial Park Substation Notice Is Hereby Given That The Town Of Vidalia (owner), Located At 200 Vernon Stephens Blvd., Vidalia, La 71373, Will Receive Bids (via Mail Or Delivery) No Later Than 11:00 A.m. On Tuesday March 18, 2025. At That Time, Bids Will Be Publicly Opened And Read Aloud. The Project Consists Of Constructing 3.0 Miles Of Steel Pole, 115kv Transmission Line. The Transmission Line Construction Will Require The Installation Of 27 Steel Structures. Each Pole Will Utilize A Vibratory-installed Steel Caisson Foundation. The New Line Will Terminate On Each End In An Existing Substation Owned By The Town Of Vidalia. All Bids Must Be Submitted On The Proper Form. The Contractor Must Include His Contractor's License Number On The Bid. Any Bids Submitted After 11:00 A.m., Local Time, On Tuesday March 18, 2025 Will Not Be Considered. Prospective Bidders Are Encouraged To Attend A Pre-bid Conference On Thursday, March 6, 2025 At 11:00 A.m. (local Time) Located At The Vidalia Town Hall, 200 Vernon Stephens Blvd., Vidalia, La 71373. Bidders May Submit Bids Electronically To The Engineer At Kcapdepon@bha-engineers.com And Cjordan@bha-engineers.com Or Through The Central Bidding Website. Electronic Bids Must Be Received Before 10:30 A.m., Local Time On Tuesday March 18, 2025. Any Electronic Bid Received After This Time Will Not Be Considered. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail Or In Person. These Items Include But Are Not Limited To The Bid Form And Corporate Resolution. Regardless Of The Bid Results, The Bidder Will Have 48 Hours From Opening Of The Bids To Provide The Original Bid Documents. If A Bidder Fails To Provide The Original Hard Copies Of These Documents Within 48 Hours Of The Bid Opening, Their Bid Shall Be Considered Nonresponsive. The Town Of Vidalia And The Engineer Will Not Be Responsible If The Bidder Cannot Complete And Submit A Bid Due To Failure Or Incomplete Delivery Of The Files Submitted Via The Internet. Original Bid Documents Shall Be Addressed To The Engineer Located At 6885 Hwy. 84, Ferriday, La 71334 And Must Be Received 48 Hours After Bid Opening, If Not, The Bid Will Be Considered Nonresponsive. Complete Bidding Documents For This Project Are Available In Electronic Form And Can Be Downloaded From The Following Designated Website: Http://www.centralbidding.com Under Bryant Hammett & Associates, Llc. Prospective Bidders Are Urged To Register With Http://www.centralbidding.com Website As A Plan Holder, Even If Bidding Documents Are Obtained From A Source Other Than The Designated Website In Either Electronic Or Paper Format. The Designated Website Will Be Updated Periodically With Addenda, Lists Of Registered Plan Holders, Reports, And Other Information Relevant To Submitting A Bid For The Project. All Official Notifications, Addenda, And Other Bidding Documents Will Be Offered Through The Designated Website. Prospective Bidders Are Solely Responsible For Obtaining The Most Up-to-date Bidding Documents From The Designated Website. Printed Construction Documents Can Be Obtained From Bryant Hammett & Associates (318-757-6576) Upon Payment Of $200 Dollars Per Set. Documents Can Be Mailed To Bidders For An Additional $15.00 Per Set. Refunds Will Be Given On The First Set Of Documents Furnished To Bona Fide Prime Bidders Upon Return Of The Clean, Unmarked Documents No Later Than Ten Days After Receipt Of Bids. Neither Owner Nor Engineer Will Be Responsible For Bidding Documents, Including Addenda, If Any, Obtained From Sources Other Than The Designated Website. Bids Will Be Accepted Through The Online Bidding Portal, However They Must Be Received Before 10:30 A.m. And Have The Same Requirements As Listed Above. Contractors Are Responsible For Reproduction/printing Of Bidding Documents. Contractors Desiring To Bid Shall Provide Evidence That They Hold A State License Of Proper Classification And In Full Force And Effect. For Contractor Information, This Project Is Classified As Electrical Work. In Accordance With Rs 38:2212 G(2) Plans And Specifications Shall Be Available To Bidders Until Twenty-four Hours Before Bid Opening Date. The Corporate Resolution Must Be Signed And Sealed. The Owner Cannot Waive Any Informalities On The Bid Form. The Owner Reserves The Right To Reject Any And All Bids For Just Cause; Such Actions Will Be In Accordance With Title 38 Of The Louisiana Revised Statutes. Each Bidder Must Deposit With His/her Bid, Security In The Amount, Form, And Subject To The Conditions Provided In The Instructions To Bidders. Bid Bonds Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Contractor May Withdraw A Bid By Affidavit Within 48 Hours Of The Bid Opening In Accordance With La R.s. 38§2214.c; For Patently Obvious, Unintentional And Substantial Mechanical, Clerical Or Mathematical Errors. The Bids Will Remain Subject To Acceptance For Sixty (60) Days After The Bid Opening, Or For Such Longer Period Of Time That Bidder May Agree To In Writing Upon Request Of Owner. Any Interpretation Of The Bid Documents Shall Be In Writing Addressed To Bryant Hammett & Associates, L.l.c. At 6885 Hwy. 84 West, Ferriday, La 71334 Or Emailed To Medwards@bha-engineers.com And To Be Given Consideration Must Be Received At Least Ten Days Prior To The Date Fixed For The Opening Of Bids. No Communication After This Date. The Contractor Shall Begin Mobilization And Procurement Of Materials Within Ten (10) Working Days Of The Receipt Of The Notice To Proceed. The Successful Bidder Will Be Required To Execute The Owner's Standard Form Of Agreement/contract For Construction Together With The Performance And Payment Bonds Within Ten (10) Working Days After Issuance Of The Notice Of Award. Sureties Used For Obtaining Bonds Must Appear As Acceptable On The U.s. Department Of Treasury Circular 570. The Owner Hereby Notifies All Offerors That In Regard To Any Contract Entered Into Pursuant To This Advertisement, That Minority Business Enterprises Will Be Afforded Equal Opportunity To Submit Offers In Response To This Invitation And Will Not Be Discriminated Against On The Grounds Of Race, Color, Sex, National Origin Or Disability In Consideration For An Award.
Closing Date18 Mar 2025
Tender AmountRefer Documents
Assumption Parish Police Jury Tender
United States
Description: Assumption Parish Government Request For Qualifications: Engineering Services For Bayou St. Vincent – Lwi Round 2 Project The Assumption Parish Police Jury (appj) Is Issuing A Request For Qualifications (rfq) From Firms Interested In Providing Engineering And Design Services For The Bayou St. Vincent Project, A Project Originating In The Parish’s 2023 Drainage And Flood Mitigation Master Plan. This Project Has Three Main Components: Reintroduction Of Natural Channel Design Principles, Bridge And Culvert Replacements, And Dredging And Cleaning Waterways. Natural Channel Design Principles Will Be Used To Restore Or Recreate Bayou St. Vincent’s Original Shape And Structure, Thereby Enhancing Drainage Capabilities And Capacity. The Design Focuses On Reintroducing Meanders, Riffles, And Pools To Facilitate Efficient Water Flow, Reduce Flooding, And Emulate The Patterns And Processes Found In Healthy, Functioning Ecosystems. The Project Also Includes The Evaluation, Sizing, And Potential Redesign Of Three Bridges And Three Culverts That Cross Bayou St. Vincent (see Attachment 1); This Evaluation Will Need To Ensure That New Structures Meet The Federal Flood Risk Management Standards. The Existing Bayou Will Be Surveyed And Modeled On A Sub-basin Scale To Determine The Necessary Extent Of Dredging And To Identify Specific Sections Needing Improvement. It Is Expected That Approximately Nine Miles Of Waterways Will Be Dredged With Up To Three Feet Of Material Removed, But The Exact Length And Depth Will Be Determined During The Design Phase And After Consideration Of The Hydrologic And Hydraulic Study Results (h&h Study To Be Performed By Another Firm, Not Part Of This Work Scope). Especially Important In This Selection Is The Firm’s Experience With Designing Flood Mitigation And Drainage Projects That Include Natural Channel Design, Dredging, Bridge Inspection/replacement, Sweeping/cleaning, And Hydroseeding. This $9.08 Million Project Is Funded By Federal Funds Through The Community Development Block Grant (cdbg) Disaster Recovery/mitigation Program, So It Must Meet Cdbg And Office Of Community Development (ocd) Requirements. Schedule Of Events: Activity Date Publish Notice Of Rfq February 18, 2025 February 25, 2025 March 4, 2025 Blackout Period February 18, 2025 – Award Of Contract Deadline For Receipt Of Written Inquiries March 11, 2025 Deadline For Receipt Of Rfq Responses (received Via Parish Website Or Delivery) March 20, 2025 At 3:00 P.m. Oral Presentations To Be Determined Submittal Details: Responses May Be Submitted In Two Ways: Online Through The Assumption Parish Website (www.assumptionla.com) Delivered To The Assumption Parish Police Jury Office, 4813 Highway 1, Napoleonville, La 70390. The Response Must Be Delivered In A Sealed Envelope With The Outside Of The Envelope Marked “lwi-bayou St. Vincent Round 2 Project.” Emailed Submissions Will Not Be Accepted. All Submittals Must Be Received And Date Stamped As Received In The Appj Administrative Office No Later Than The Deadline As Stated In The Schedule Of Events. Responses Received After The Deadline And Incomplete Submissions Will Not Be Considered Responsive, So They Will Not Be Evaluated. To Receive The Full Rfq Packet, Email The Authorized Single Point Of Contact, Rayetta Crochet. Written Questions Regarding The Rfq Requirements Or Scope Of Work/services Must Be Submitted In Writing To The Appj. This Is The Authorized Single Point Of Contact. No Other Parish Staff Or Police Jurors May Be Contacted During The Blackout Period. Assumption Parish Police Jury Attn: Rayetta Crochet, Accountant/grants Coordinator 4813 Highway 1 Napoleonville, La 70390 Rayettacrochet@assumptionla.com Note That Appj Is An Equal Opportunity Employer And Encourages Submissions By Dbe-certified Firms And The Use Of Dbe Subconsultants In Addition To Section 3 Certified Businesses. Please Identify Such If They Are Available And Will Be Used In This Project. Publish: February 18, 2025 February 25, 2025 March 4, 2025
Closing Date20 Mar 2025
Tender AmountRefer Documents
West Baton Rouge Parish School Board Tender
United States
Details: Advertisement For Bids Sealed Bids From General Contractors Duly Licensed Pursuant To Louisiana’s Contractors Licensing Laws For The Major Classification Of Building Construction Are Requested By West Baton Rouge Parish School Board For Construction Of: Project Name: Brusly Upper Elementary School Window Replacement Project Address: 601 North Kirkland Road Brusly, La 70719. Project Number: 061-014-25a The West Baton Rouge Parish School System Has Issued This Project With A Bid Duration As Follows: Bids Will Be Received At The West Baton Rouge School Board Office, 3761 Rosedale Road, Port Allen, La 70767 Until 2:00 Pm., Local Time On March 18, 2025. At Which Time And Place The Bids Will Be Publicly Opened And Read Aloud. Bidders Have The Option To Submit Their Bids Electronically To Jared Gibbs (jared.gibbs@wbrschools.net) And Please Cc Jessica Blanchard (jessica.blanchard@wbrschools.net) Complete Bids Docs May Be Obtained Online At From The Architect Or The Schools System’s Website: Bcb Architects, Llc- Dean Hotard, Architect And Associates, Inc. The Successful Bidder Will Be Issued A Notice To Proceed On April 2, 2025, Procurement Of Window Materials Is Expected To Begin Immediately To Allow Delivery For A Start Of Construction On May 27, 2025. The Project Must Reach Final Completion By July 28, 2025. Damages Will Be Assessed At $1,000 For Each Consecutive Calendar Day For Which Work Is Not Substantially Completed Beyond The Date Set As The Completion Date In The Notice To Proceed. This Project Is Tax Exempt. Bids Must Be Accompanied By Bid Security Equal To 5 Percent Of The Base Bid And All Additive Alternates In The Form Of Either A Certified Check Or A Bid Bond. A Pre-bid Conference Will Be Held At 9:00 Am On March 11th, 2025 At Brusly Upper Elementary School, 601 North Kirkland Road, Brusly, La 70719. Attendance At This Pre-bid Conference Is Nonmandatory But Highly Encouraged. The Contract, If Awarded, Will Be On The Basis Stated In The Instructions To Bidders. The Bid Documents Must Be Hand Delivered By The Apparent Low Bidder Within 10 Calendar Days Of The Bid Opening. No Bid May Be Withdrawn From A Period Of 45 Days After The Bid Opening Except As Provided By Law. Bidders Must Meet The Requirements Of The State Of Louisiana Contractor’s Licensing Law, R.s. 37:2151 Et Seq. The West Baton Rouge Parish School Board Reserves The Right To Award The Project On Whatever Basis Is In The Interest Of The Owner And To Accept Or Reject Any Or All Bids And To Waive Technicalities And Informalities. Alden Chustz, President West Baton Rouge Parish School Board Dr. Chandler Smith, Superintendent West Baton Rouge Parish School Board
Closing Date18 Mar 2025
Tender AmountRefer Documents
City Of Baton Rouge Parish Of East Baton Rouge Tender
United States
Details: Notice To Bidders Electronic Bids Will Be Received By The City Of Baton Rouge And Parish Of East Baton Rouge, Purchasing Division Until 11:00 A.m. March 6, 2025, For The Following: A25-0714rebid Oem Srp & Mas For Kubota Agricultural Equipment Official Bid Documents Are Available At Central Bidding (https://www.centralauctionhouse.com/rfpc10656-city-of-baton-rouge.html) Or By Request From The City Of Baton Rouge At Hkelly@brla.gov. Bids Must Only Be Submitted Electronically Via Www.centralbidding.com On The Solicitation Bid Forms Furnished By The City Of Baton Rouge And Parish Of East Baton Rouge Prior To The Bidding Deadline. Electronic Bids For The Solicitation Will Be Downloaded By The City Of Baton Rouge And Parish Of East Baton Rouge, Purchasing Division. Beginning As Soon As Feasible After The Bid Closing Time All Electronic Bids Will Be Downloaded And Publicly Read Aloud In Room 806 Immediately After The 11:00 A.m. Bid Closing. Bidders Or Their Authorized Representatives Are Invited To Be Present. Note: The City-parish Has Elected To Use Lapac, The State's Online Electronic Bid Posting And Notification System, In Addition To Its Standard Means Of Advertising This Requirement. This Invitation To Bid Is Available In Electronic Form At The Lapac Website Https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspbid.cfm?search=department&term=102. Bids, Amendments To Bids Or Request For Withdrawal Of Bids Received After Time Specified For Bid Openings Shall Not Be Considered For Any Cause Whatsoever. Inquiries Will Be Received Up Until 5 Pm On February 28, 2025. Full Information May Be Obtained Upon Request From The Above Address Or By Telephoning Haylee Kelly At (225) 389-3259, Ext. 3262, Or Via Email Hkelly@brla.gov. Any Vendor Who Would Like To Listen To The Opening Of This Bid Can Access The Following Link, At The Date And Time Of This Bid Opening: Join By Phone +1-408-418-9388 United States Toll Access Code: 263 373 080 (followed By The # Button) Alternate Numbers To Call If Number Above Is Not Available, Which May Occur Due To Network Traffic (use The Same Access Code, Followed By The # Button): United States Toll (boston) +1-617-315-0704 United States Toll (chicago) +1-312-535-8110 United States Toll (dallas) +1-469-210-7159 United States Toll (denver) +1-720-650-7664 United States Toll (jacksonville) +1-904-900-2303 United States Toll (los Angeles) +1-213-306-3065 These Numbers Will Provide You With Live Audio Access To This Bid Opening.
Closing Date6 Mar 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
United States
Details: The Veterans Health Administration, Network Contracting Office 02 Intends To Solicit From A Single Source Iaw Far 13.106-1(b) To Obtain Service And Maintenance For Brainlab And Curve Systems.
period Of Performance: May 1st, 2025 Through April 30th, 2026 With An Additional 14 Months After Completion Of Base Period.
basic Description Of The Requirement: This Full-service Contract Is To Include All Necessary Maintenance, Repair Or Replacement Of Defective Parts, Unlimited Instrument Exchanges For Spinal And Cranial Accessories, Safety Checks, Emergency Requests, Provide Onsite Repair Services As Needed With No Occurrence Limit, 24/7 Virtual/ Telephone Support, And Parts Required To Perform Medical Technology Software And Hardware Maintenance And Clinical Onsite Support Services For Listed Equipment. All Equipment Shall Be Maintained In Proper Operating Condition As Specified By The Manufacturer. Vendor Must Have Manufacturer Certification To Service And Maintain The Devices And Have Access To Original Equipment Manufacturers (oem) Parts, Manuals, And Schematics To Perform The Service.
manufacturer
system Name
lovell Government Services
curve Dual Display Surgical Navigation System
place Of Performance: Margaret Cochran Corbin (manhattan) Va Medical Center
(vamc) Va Medical Center (vamc)
423 E 23rd St
new York, Ny 10010
the Naics Code For This Requirement Is 811210 Electronic And Precision Equipment Repair And Maintenance (size Standard $34.0).
intended Source: Lovell Government Services
223 West Gregory St
pensacola, Fl 32502
this Notice Of Intent Is Not A Request For Competitive Quotes. However, Interested Parties May Identify Their Interest And Capability To Respond To This Requirement By February 28, 2025, At 3:30 Pm Eastern Standard Time (est).
the Department Of Veterans Affairs Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice Of Intent. Only Written Responses From Responsible Sources Will Be Considered. Any Prospective Contractor Must Be Registered In The System For Award Management (sam) To Be Eligible For Award.
interested Parties Are Encouraged To Furnish Information By Email Only With Response To Intent To Sole Source Brainlab Systems Service In The Subject Line. All Documents Submitted, Will Not Be Returned. All Interested Parties Shall Submit Clear And Convincing Documentation Demonstrating Their Capabilities To Satisfy The Requirements Listed Above To Contract Specialist, Yasmin Moses At Yasmin.moses@va.gov. The Capability Documentation Shall Include General Information And Technical Background Describing In Detail The Prospective Contractor's Capabilities And Experience Providing The Services Described Above. Responses Shall Clearly Detail The Firm S Capability To Access Oem Parts, Manuals, And Schematics. Responses Shall Include Proof Of Manufacturer Certification To Perform Maintenance And Repairs.
if You Would Like Assistance In Responding To This Post, Please Reach Out To The Apex Accelerator Team In Your Area. Their Website Isâ apex Acceleratorsâ and You Can Find Your Local Office By Searching The Map On Their Home Page. The Apex Accelerators Offer A Free Service Of Assistance With Reviewing And Responding To Government Notices And Postings For Potential Procurements.
Closing Soon28 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
United States
Details: This Synopsis Is Hereby Issued In Accordance With Far Part 5.201. The Purpose Of This Synopsis Is To Announce The Department Of The Navy, Naval Information Warfare Center (niwc) Atlantic's Intent To Award A Firm-fixed-price Purchase Order On A Noncompetitive Basis To Northrop Grumman Systems Corporation For The Support Listed Below:the Contractor Shall Provide Onsite Preamplifier Maintenance On The Naviknot 450 Sonar On Board Surveillance Towed Array Sensor System Vessels In Support Of Niwc Atlantic. Northrop Grumman Systems Corporationunique Entity Id: Pqgneey9w5m3cage: 03956address: 1070 Seminole Trl, Charlottesville, Va 22901-2827this Is Not A Request For Competitive Quotes. The Government Intends To Negotiate Solely With Under The Authority Of Far 13.106-1(b)(1) Only One Source Reasonably Available. Any Interested Firms Must Identity Their Interest And Capability To Respond To The Requirement No Later Than The Response Date Provided Below. A Determination By The Government Not To Compete This Proposed Order Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement.to Respond To This Announcement, You Must Be Registered To The Navwar E-commerce Website At Https://e-commerce.sscno.nmci.navy.mil And Upload Your Inquiry Under N6532625re001. Responses And/or Questions Are Due By 15:00/3:00 Pm Est, 07 March 2025.all Responding Vendors Must Be Registered To The System For Award Management (sam). Information Can Be Found At Https://www.sam.gov. Complete Sam Registration Means A Registered Unique Entity Id And Cage.the Point Of Contact For This Announcement Is Adezha Eison, Contract Specialist, At Adezha.q.eison.civ@us.navy.mil.cognizant Contracting Office: Niwc Atlantic, Po Box 190022, North Charleston, Sc 29419 – 9022.
Closing Date7 Mar 2025
Tender AmountRefer Documents
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
United States
Details: The Federal Bureau Of Prisons, Federal Correctional Complex, Florence, Co Intends To Issue Solicitation, For The Acquisition Of Various Food Items For Delivery To The Federal Correctional Complex, Florence, Co. This Acquisition Is Set Aside For Small Businesses. Terms Are Fob Destination, Full Delivery Must Be Completed By April 30, 2025 The Contract Type Is A Firm-fixed Price. The Government Reserves The Right To Award To Responsible Vendor(s) Whose Offer, Conforms To The Solicitation, And Is Considered To Be Most Advantageous To The Government. Past Performance Will Be Considered Approximately Equal In Value To Price. Past Performance (poor Past Performance, Failure To Deliver Awarded Items In The Past, Not Meeting Required Specifications,etc.), May Result With The Vendors’ Quotes Being Considered As A Non-responsible Vendor. Please Include Shipping In All Pricing. The Solicitation Will Be Made Available On Or About February 24 , 2025, And Will Be Posted To The Federal Business Opportunities Website: Www.sam.gov All Future Information About This Acquisition, Including Solicitation Amendments And Awards, Will Also Be Distributed Through This Site. Interested Parties Are Responsible For Monitoring This Site To Ensure They Have The Most Up-to-date Information About This Solicitation. Each Offeror Is Required To Be Registered In Www.sam.gov Complete With Representations And Certifications At The Time Of Quotation. The Anticipated Date For Receipt Of Quotes Is March 7,2025 At 4:00 Pm, Payment Will Be Made Using The Electronic Funds Transfer (eft) Or The Government Purchase Card. The Point Of Contact For All Information Regarding This Solicitation Is Brittany Baker, Contract Specialist.
please Fill In The Attached Excel Sheet And Remit In That Format, Any Other Format Will Not Be Accepted.
handwritten Bids Will Be Rejected.
Closing Date7 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
United States
Details: The United States Department Of The Naval Medical Research Command (nmrc) Intends To Award A Sole Source Contract To, Life Technologies Corporation (thermo Fisher), Carlsbad, Ca 92008. This Requirement Is For Authorized Approved Vendors To Perform Services As The Original Equipment Manufacturer. This Notice Is Not A Request For Competitive Proposals However If Interested Government Shall Consider All Responses.
item 1. Service Agreement For Quantstudio 5, 0.1ml Block, Ab Assurance 1pm - (sn: 272512187) - Qty: 1 Ea.
the Naics Code For This Action Is 325414. This Requirement Will Be Procured Under The Guidelines Of Far Part 12 Commercial Items. Nmrc Requires That All Contractors Doing Business With The Acquisition Office Must Be Registered With The Systems For Award Management (sam). No Award Can Be Made Unless The Vendor Is Registered In Systems For Award Management. For Additional Information And To Register In Sam, Please Access The Following Website: Https://www.sam.gov/. In Order To Register With The Sam And To Be Eligible To Receive An Award From This Acquisition Office, All Offers Must Have A Unique Entity Identification Number (uei). A Sam.gov Number May Be Acquired Free Of Charge By Contacting Sam.gov Online At Www.sam.gov Or By Phone At (866) 606-8220
Closing Soon3 Mar 2025
Tender AmountRefer Documents
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
United States
Details: Please Only Bid On The Items That You Plan On Providing. Use The Bid Sheet That Is Attached To The Solicitaion And Do Not Write In Any Substitutions.
the Federal Bureau Of Prisons, Federal Correctional Complex, Petersburg, Virginia, Intends To Issue Solicitation 15b11425q00000004 For The Requirements Of 3rd Quarter Kosher & Subsistence Fy25. This Solicitation Is Fob Destination. Delivery Schedules Will Be Established By The Food Service Administrator Or Designee. Delivery Schedules May Be Modified As Needed By The Agency. Deliveries Must Arrive No Later Than 10:00a.m. On Scheduled Days. Deliveries Will Be Made To The Fcc Petersburg (warehouse), 1060 River Road, Hopewell, Virginia 23860. Items Will Need To Be Received April 13 - April 17, 2025
the Contract Type Is A Firm-fixed Price. The Government Reserves The Right To Award Item By Item, By Group Of Items, Or By Aggregate, Whichever Is Advantageous To The Government. The Government Will Award To The Responsible Offeror(s) Whose Offer, Conforming To The Solicitation That Is Considered To Be The Best Overall Value To The Government, In Regards To Price, Delivery And Past Performance.
the Solicitation Will Be Made Available On Or About Feb 24, 2025 And Will Be Posted To The General Services Administration's Federal Business Opportunities Website: Http://beta.sam.gov . All Future Information About This Acquisition, Including Solicitation Amendments, Will Also Be Distributed Through This Site. Interested Parties Are Responsible For Monitoring This Site To Insure They Have The Most Up To Date Information About This Solicitation. The Kosher And Halal Meal Orders Will Be All Or None.
all Quotes Must Be Received No Later Than Mar 07, 2025 @ 4:00pm. (est). The Government Reserves The Right To Decide How Payment Will Be Made Using Either Electronic Funds Transfer (eft) Or Government Purchase Card. Faith-based And Community-based Organizations Can Submit Quotations Equally With Other Organizations For Contracts For Which They Are Eligible. Each Offer Is Required To Complete Their Presentations And Certifications In The System For Award Management (sam). Sam Replaces The Ccr System. The Unique Entity Identification (uei) Replaces The Duns# On The Website For Sam Is Www.sam.gov .
the Point Of Contact For All Information Regarding This Solicitation Is Adam Mccarter Contract Specialist, Phone Number (804) 504-7200 Ext. 1066. Please Submit One (1) Copy Of Your Quote Signed By An Individual Authorized To Bind The Contractor So As To Be Received No Later Than The Date Indicated Above. Completed Offers May Be Sent To Fcc Petersburg 1100 River Road, Hopewell, Virginia 23860, (attn: Eric Green Jr, Contract Specialist). Offers Will Also Be Accepted Via Fax (804) 504-7227 Or E-mail To Amccarter1@bop.gov Which Is Authorized By The Government Contract Officer.
the Anticipated Date For Award Will Be On Or About Mar 21, 2025
****if Planning To Email, Please Place (3rd Quarter Bids Fy25) In The Subject Line.****
some Spice Items Are Subject To Change Pending The Decision From The Executive Office To Determine Which Spice Items Are Allowed And/or Prohibited From Being Used In The Prison Environment. Further Information Will Be Relayed By The Contracting Officer As Soon As A Response Has Been Received.
Closing Date7 Mar 2025
Tender AmountRefer Documents
51-60 of 10000 active Tenders