Website Tenders
Website Tenders
National Institutes Of Health Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Introduction:
the National Institute Of Allergy And Infectious Diseases (niaid), One Of 27 Institutes Of The National Institutes Of Health, An Agency Within The Department Of Health And Human Services (dhhs), Conducts And Supports Research To Understand, Treat, And Ultimately Prevent The Myriad Infectious, Immunologic, And Allergic Diseases That Threaten Millions Of Human Lives. Through A Variety Of Research Grants And Contracts, Niaid’s Division Of Microbiology And Infectious Diseases (dmid) Specifically Supports Extramural Research To Develop New Medical Countermeasures (mcms) Against Potential Agents Of Bioterrorism, Drug-resistant Pathogens, And Emerging And Re-emerging Infectious Diseases. This Broad Agency Announcement (baa) Is Soliciting Proposals To Advance The Research And Development Of Promising Candidate Therapeutics, Vaccines, And Diagnostics For Biodefense And Emerging Infectious Diseases.
the Research Areas Included In This Niaid Omnibus Broad Agency Announcement No. Hhs-nih-niaid-baa2025-1, As Well As The Projected Amounts Of Available Funding, Are Discussed Below. Dates For Receipt Of Proposals Will Be Identified Separately For Each Research Area Within The Solicitation.
description:
research Area 001 – Development Of Candidate Therapeutics, Vaccines, And In Vitro Diagnostics For Antimicrobial-resistant (amr) Bacterial Or Fungal Pathogens
for Research Area 001, There Are Three (3) Separate Topics – A, B, And C. Offerors May Submit A Proposal In Response To Topics A, B, And/or C. If Proposing To Multiple Topics, Offerors Must Submit Separate Technical And Business Proposals For Each Topic.
topic A: Therapeutics For Amr Bacterial Or Fungal Pathogens
the Objective Of Topic A Is To Develop New Therapeutic Products Against Severe Infections And/or Drug-resistant Strains Of The Following Bacterial And Fungal Pathogens:
a. Pseudomonas Aeruginosa, And/or Acinetobacter Baumannii; Or
b. Candida Auris, Cryptococcus Spp., Aspergillus Fumigatus, And/or Mucorales.
for The Purpose Of This Topic, “therapeutic” Activity Refers To The Cure Of Disease, By Elimination Or Substantial Reduction Of Infective Pathogens, By Administration Of A Pharmaceutical Agent After Symptoms Of Disease Are Clinically Observable. An Antimicrobial Therapeutic Candidate Refers To An Advanced Lead Series, Optimized Leads, Or Product Candidate, That Is A New Chemical Entity And Either A Small Molecule (e.g., Natural Products, Nucleosides, Or Peptides Of </= 40 Amino Acids), Monoclonal Antibody Or A Nanobody Conjugate/fusion Product, Or A Bacteriophage Product. The Following Are Not Included: Proteins, Other Biological Entities, And Conjugates Of Such Entities (except Monoclonal Antibodies, Nanobodies And Bacteriophages).
this Topic Will Support Lead Optimization, Pre-clinical Investigational New Drug (ind) Enabling Studies, And Clinical Phase I Trials Of Lead Candidates With Demonstrated Therapeutic Activities. For Some Pathogens, The Development Of A Therapeutic Product Under The U.s. Food And Drug Administration’s (fda) Animal Rule Will Be Supported.
topic B: Vaccines For Amr Bacterial Pathogens
the Objective Of Topic B Is To Protect Human Health And Well-being By Advancing Vaccine Candidates For The Following Eskape Bacterial Pathogens: Enterococcus Faecium, Staphylococcus Aureus, Klebsiella Pneumoniae, Acinetobacter Baumannii, Pseudomonas Aeruginosa, And Enterobacter Species.
for The Purpose Of This Topic, The Definition Of A Lead Vaccine Candidate Is A Candidate In Which The Antigen(s), Adjuvant (if Applicable), Vaccine Platform (e.g., Mrna, Viral Vector, Subunit, Etc.), And Delivery Route Have Been Selected And Are Clinically Relevant (i.e., Intended For The Final Clinical Product), For Which Proof-of-concept Immunogenicity In Relevant Animal Model(s) Has Already Been Demonstrated.
this Topic Will Support The Advancement Of A Promising Lead Candidate From Pre-clinical Testing Through Ind Submission To The Fda, As Well As Phase I Clinical Trial Conduct.
topic C: In Vitro Diagnostics For Amr Fungal Pathogens
the Objective Of Topic C Is To Develop Innovative Platform Technologies To Speed The Identification Of Infection From Among A Broad Panel Of Fungi And To Profile The Phenotypic Antifungal Susceptibility. This Emphasis Aligns With Niaid’s Goal Of Addressing Persistent Challenges In Adequate Clinical Management Associated With Mycological Infections And Alleviating The Burden Of Antifungal Resistance.
the Diagnostic Test System Must Detect Analytes From At Least One, And Preferably Several, Of The Following Agents And Markers:
• Candida Spp. And Associated Resistance Markers
• Aspergillus Fumigatus And Associated Resistance Markers
• Coccidioides Spp.
• Mucorales
funding For Research Area 001: Niaid Estimates That One To Two Awards May Be Issued For This Research Area For A Total Cost Of Up To $8.5 Million For The Non-severable Base Period Across All Contracts (direct And Indirect Costs Combined). The Total Duration Of A Proposed Contract Should Be Consistent With The Nature And Complexity Of The Offeror’s Proposed Research. The Total Performance Period Comprised Of The Base And Any Options Proposed By An Offeror Should Not Exceed Five (5) Years.
research Area 002 – Development Of Direct Acting Antivirals (daa) For Viral Families Of Pandemic Potential
this Research Area Aims To Develop Safe And Effective Antivirals To Combat Viruses Of Pandemic Potential, As Well As To Build Sustainable Platforms For Targeted Drug Discovery And The Development Of A Robust Pipeline Of Candidates. Proposals Must Focus On Antivirals That:
directly Modify Viral Target Function (not Through The Modulation Of The Host Responses); And
act By Reducing Viral Burden In Early Stages Of Disease; And
act Against Viruses Of Pandemic Potential (i.e., Bunyaviridae, Coronaviridae, Filoviridae, Flaviviridae, Orthopoxviridae, Paramyxoviridae, Picornaviridae, And Togaviridae); And
are New Chemical Entities Limited To Small Molecules (e.g., Natural Products, Nucleosides, Or Peptides Of </= 40 Amino Acids) And Nanobody Conjugates/fusion Products That Are Directly Acting On Viral Targets And Functions (not Through The Modulation Of The Host Responses); And
have Safety Profiles And Suitable Routes Of Administration For Broad Outpatient Use.
for The Purpose Of This Topic, “therapeutic” Activity Refers To The Elimination Or Substantial Reduction Of Infective Pathogens By Administration Of A Pharmaceutical Agent After Viral Challenge. A “therapeutic” Candidate Refers To An Advanced Lead Series, Optimized Leads, Or Product Candidate, That Is A New Chemical Entity And Either A Small Molecule (e.g., Natural Products, Nucleosides, Or Peptides Of </= 40 Amino Acids) Or Nanobody Conjugate/fusion Product. The Following Are Not Included: Proteins, Monoclonal Antibodies, Other Biological Entities, And Conjugates Of Such Entities.
research Area 002 Will Support Lead Optimization, Pre-clinical (ind Enabling) Studies, And/or Phase I Clinical Trials. Proposed Products Are Not Required To Be Narrow-spectrum And May Include Other Pathogens In Their Spectrum Of Activity, Provided One Of The Listed Pathogens Is In The Primary Indication Of The Proposed Target Product Profile (tpp). Product Development Under The Fda’s Animal Rule (21 Cfr 314 Subpart I) Will Be Supported If Appropriate To The Proposed Pathogen Target.
funding For Research Area 002: Niaid Estimates That Three To Four Awards May Be Issued For This Research Area For A Total Cost Of Up To $20 Million For The Non-severable Base Period Across All Contracts (direct And Indirect Costs Combined). The Total Duration Of A Proposed Contract Should Be Consistent With The Nature And Complexity Of The Offeror’s Proposed Research. The Total Performance Period Comprised Of The Base And Any Options Proposed By An Offeror Should Not Exceed Five (5) Years.
the Omnibus Baa Is Governed By Federal Acquisition Regulation (far) 6.102(d)(2) And Far 35.016, As Well As The Nih Policy Manual, Manual Chapter 6035, Broad Agency Announcements. A Baa May Be Used As A Solicitation Mechanism For Basic And Applied Research Directed Toward Advancing The State-of-the-art Or Increasing Knowledge Or Understanding And That Part Of Development Not Related To The Development Of A Specific System Or Hardware Procurement. Baas Are General In Nature, Identifying Areas Of Research Interest, And Shall Only Be Used When Meaningful Proposals With Varying Technical/scientific Approaches Can Be Reasonably Anticipated.
offers Submitted In Response To This Baa Will Be Required To Submit Separate Detailed Technical And Business Proposals Designed To Meet The Technical Objectives Described For Each Research Area And/or Topic Proposed. The Statement Of Work (sow), Including The Specific Technical Requirements And Performance Specifications, Shall Be Developed And Proposed By The Offeror, Not The Government.
proposals Received In Response To This Baa Are Not Evaluated Against Each Other Since They Are Not Submitted In Accordance With A Common Sow Issued By The Government. Instead, Research And Technical Objectives Will Be Provided In The Baa That Describe Individual Research Areas In Which The Government Is Interested. Proposals Received In Response To The Baa Will Be Evaluated In Accordance With The Evaluation Factors For Award Specified In The Announcement. The Government Reserves The Right To Conduct Discussions With All, Some, One, Or None Of The Proposals Received In Response To This Baa. If Discussions Are Conducted, The Government Reserves The Right To Suggest Modifying, Adding Or Deleting Milestones, Decision Points, Research Plans, Processes, Schedules, Budget Or Product. The Government Also Reserves The Right To Make Awards Without Discussions. Additionally, The Government Reserves The Right To Accept Proposals In Their Entirety Or To Select Only Portions Of Proposals For Award. Multiple Awards Are Anticipated. Selection For Award Under This Baa Will Be Based Upon The Evaluation Factors, Importance To The Agency Programs, And The Availability Of Funds.
any Responsible Offeror May Submit A Proposal Which Shall Be Considered By The Agency. This Baa Will Be Available Electronically On Or About November 22, 2024 And May Be Accessed Through Sam.gov: Https://www.sam.gov/. This Notice Does Not Commit The Government To Award A Contract.
for This Solicitation, The Niaid Requires Proposals To Be Submitted Online Via The Niaid Electronic Contract Proposal Submission (ecps) Website. Submission Of Proposals By Facsimile Or E-mail Is Not Acceptable. For Directions On Using Ecps, Go To The Website: Https://ecps.nih.gov And Then Click On "how To Submit."
Closing Date21 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|iso9001|
inspection Of Supplies--fixed-price (aug 1996)|2|||
stop-work Order (aug 1989)|1||
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|wss|
equal Opportunity (sep 2016)|2|||
small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2|||
integrity Of Unit Prices (nov 2021)|1||
small Business Subcontracting Plan (sep 2023)|4|||||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7||||||||
list Of Solicitation Attachments|5|x|2|x|||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|334412|750 Employees||||||||||||
requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021))|7||||x|email|||
type Of Contract (apr 1984)|1|firm Fixed Price|
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1||
offerors Shall Submit Proposals Via Neco Or Email Only.
The Government's Required Delivery Date Is: January 1 2027.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture 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 Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;53711 7293140-002;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date3 Mar 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Nsn 7r-1680-016838490-p8, Tdp Ver 001, Qty 5 Ea, Delivery Fob Origin. This Part Is A Commercial/nondevelopmental/off-the-shelf Item. Commercial Item Descriptions, Commercial Vendor Catalog Or Price Lists Or Commercial Manuals Assigned A Technical Manual Number Apply. The Proposed Acquisition Is 100% Set Aside For Small Business Concerns (seefar Clause 52.219-6, Notice Of Total Small Business Set-aside). The Specifictype Of Set-aside Will Be Addressed In The Solicitation Through Inclusion Ofone Of The Appropriate Clauses Listed Here: Far 52.219-3 Notice Of Hubzone Set-aside Or Sole Source Award Far 52.219-27 Notice Of Service-disabled Veteran-owned Small Businessset-aside Far 52.219-29 Notice Of Set-aside For Economically Disadvantaged Women-owned Small Business Concerns Far 52.219-30 Notice Of Set-aside For Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program Dfars 252.226-7000 Notice Of Historically Black College Or University Andminority Institution Set-aside Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract 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. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Soon10 Feb 2025
Tender AmountRefer Documents
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: 01/06/2025- Amendment 0001 - Site Visit Meeting Minutes, Site Visit Sign In Sheet, Updated Construction Wage Determination And Change Bid Due Date.
*we Anticipate The Response's To Bidders Questions And Photos From Site Visit To Be Made Avaible Around 01/17/2025.
the Federal Bureau Of Prisons (fbop) Anticipates Issuance Of Solicitation 15bfa025b00000006 For The Award Of A Firm-fixed-price Construction Contract For A Project Entitled Replace Roof Fci Low I At The Federal Correctional Complex (fcc) Yazoo City Located In Yazoo City, Mississippi.
fcc Yazoo City Is A Federal Correctional Complex Located At 2225 Haley Barbour Pkwy, Yazoo City, Mississippi 39194. The Project Consists Of Furnishing All Equipment, Materials, And Labor For The Flat Roofing System Replacement Of One Building That Houses The Safety, Personal Services And Votech Building. The Total Square Footage Of Replacement Roofing Is 21,500 Square Feet. Specification Attachments Included With The Solicitation Will Provide Complete Requirements For The Project. The Solicitation Will Be Posted At A Later Date.
any Secured/locked Documents With The Solicitation Will Require An Active Vendor Registration At Https://sam.gov As Well As Your Marketing Partner Identification Number (mpin) Associated With Your System For Award Management (sam) Registration. If You Encounter Problems Accessing These Documents, Please Contact The Federal Service Desk At 866-606-8220.
pursuant To Federal Acquisition Regulation (far) 36.204, The Estimated Magnitude Of The Project Lies Between $500,000 And $1,000,000. (note: This Range Is One Of Eight Available Ranges From Far 36.204 And Is Not Meant To Imply That The Project Has Necessarily Been Estimated/budgeted To The Maximum Of The Selected Range. It Merely Conveys That The Estimate/budget Lies Somewhere Within That Range). The North American Industrial Classification System (naics) Code Applicable To This Requirement Is 238160 (roofing Contractors) With A Corresponding Small Business Size Standard Of $19 Million.
the Performance Period For The Project Will Be 245 Calendar Days From Issuance Of The Notice To Proceed.
the Solicitation Will Be Available Approximately November 12, 2024. The Solicitation Will Be Distributed Solely Through The Sam Database At Https://sam.gov. Hard Copies Of The Solicitation Will Not Be Made Available. The Website Provides Download Instructions.
all Future Information About This Solicitation, Including Any Amendments, Will Also Be Distributed Solely Through This Website. Interested Parties Are Responsible For Continuously Monitoring This Website To Ensure That They Have The Most Recent Information About This Proposed Contract Action.
this Is A 100 Percent Small Business Set-aside. In Order To Qualify For Award, Your Business Size Metrics Information Entered In Your Sam Registration Must Be Less Than Or Equal To The Size Standard Specified Above (see Provision 52.219-1 In The Representations & Certifications Section Of Your Registration And View The Table Therein Listing Naics Codes And Your Indicated Business Size Relative To The Assigned Naics Code Above).
each Bidder's Sam Registration Will Be Reviewed By The Government To Confirm That Your Business Size Meets The Small Business Size Standard Requirement. All Bidders Are Urged To Double Check Their Sam Registration And Update As Necessary, Including The Size Metrics Information.
this Solicitation Is Intended Only For Those Who Would Be Entering Into A Prime Contract With The Fbop For The Entirety Of This Project. The Fbop Does Not Award Subcontracts. Subcontracts (if Applicable/necessary) Are The Responsibility Of The Prime Contractor. The Fbop Has No Privity Of The Contract With Subcontractors.
important: Any Contractor Interested In Obtaining A Contract Award With The Federal Bureau Of Prisons Must Be Registered In The System For Award Management (sam) At Https://sam.gov.
if You Have Questions About Sam.gov, Government Procurements In General, Or Need Assistance In The Preparation Of Your Bid/proposal/offer, A Local Procurement Technical Assistance Center (ptac) May Be Able To Help. The Procurement Technical Assistance Program Was Authorized By Congress In 1985 In An Effort To Expand The Number Of Businesses Capable Of Participating In The Government Marketplace. To Locate A Ptac Near You, Go To Http://www.aptac-us.org.
Closing Soon12 Feb 2025
Tender AmountRefer Documents
DEFENSE LOGISTICS AGENCY USA Tender
Others
United States
Description: Sources Sought Notice
dla Land & Maritime Is Preparing To Solicit A Long-term Contract For The Following Nsn’s:
2540011666396
6650013179138
6650014195954
6650015480297
additional Nsn Details Can Be Found On Attachment 1, Titled Nsn Information.
the Purpose Of This Notice Is To Locate Business Concerns Interested In Manufacturing This Item. The Solicitation Will Be Synopsized Separately Later.
each Nsn Is To Be Procured In Accordance With Drawings. Drawings Can Be Downloaded By Authorized Users From The C-folders Website Https://pcf1x.bsm.dla.mil/cfolders. Offerors Are Asked To Reference The Ltc Project Number Cl24236003. For Each Nsn, The Product Item Description (pid) Is Provided As Attachment 2, Titled Pid.
sources Interested In Submitting A Proposal On This Solicitation Should Complete The Attached Market Survey (attachment 3) And Spreadsheet (attachment 4) And Return The Completed Copies To Brent Wahle At Brent.wahle@dla.mil By November 27, 2025.
notice Attachments Include:
nsn Information Sheet
piid
market Survey Questionnaire
market Survey Nsn Spreadsheet
Closing Date27 Nov 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Details: This Synopsis Is For Informational Purposes Only. This Is Not A Request For Quote And No Solicitation Exists. The Mission & Installation Contracting Command (micc), Fort Drum, Ny Is Seeking Multiple Businesses Willing To Enter Into A Blanket Purchase Agreement (bpa) For Supplies Under North American Industry Classification System Code (naics) 333998: All Other Miscellaneous General Purpose Machinery Manufacturing. The Small Business Size Standard For This Industry Is 700 Employees. The Contractor Shall Supply General Hardware And Lumber Items For The Department Of Public Works On Fort Drum Ny. The Contractor Must Be Located Within A 30 Mile Radius Of Fort Drum.
the Contractor Must Be Able To Accept The Government Purchase Card (gpc). Calls Over The $10,000 Limit May Be Paid Through Wide Area Workflow (wawf). To Register And Access Wawf, Go To Https://wawf.eb.mil/. There Will Be Times When The Government Will Utilize Unison Global In Order To Compete The Calls. The Contractor Shall Register With Unison Global Once The Master Blanket Purchase Agreement Is Signed. The Website To Register Is Http://www.unisonglobal.com/, Email:info@fedbid.com, Phone: 877-933-3243
bpas Will Be Evaluated Annually And May Remain In Place For Up To Five Years. When Establishing These Bpas The Government Will Consider: Price; Socio-economic Status; Past Performance, Where Past Performance Information Exists; And Technical Capabilities.
as Prescribed In Far 52.204-7, Interested Parties Must Be Registered And Current In The System For Award Management (sam), Representations And Certifications Must Also Be On Record. These Registrations Can Be Done Through The System For Award Management (sam) For Free At Http://www.sam.gov/portal/public/sam/. Sam Registration Must Be Complete Prior To Entering Into A Bpa.
any Interested Party May Inquire With The Following Contract Specialists Via Email: Samara.e.johnson.civ@army.mil, Jeffery.l.frans.civ@army.mil, And Ernie.a.ixtlahuac.civ@army.mil.
any Correspondence Relating To This Synopsis Should Have “hardware Bpa" Notated In The Subject Field And Shall Be Emailed To Every Contract Specialist Listed In This Noticeand Include The Following:
unique Entity Id (uei)
cage Code
tax Id Number
poc’s Name, Physical Address, Email Address, And Telephone Number
website Address (if Applicable)
small Business Size, Socioeconomic Categories, And Type Of Ownership For The Organization
Closing Date30 Oct 2029
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Nsn 7h-5975-015434219, Tdp Ver 003, Ref Nr 12694-1, Qty 25 Ea, Delivery Fob Origin. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase / Contract Repair Of This Part From Additional Sources. It Has Been Determined To Be Uneconomical To Buy The Data Or Rights To The Data. It Is Uneconomical To Reverse Engineer The Part. Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single Stock Point (dodssp) At Document Automation And Production Service (daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assist Help Desk At 215-697-2667 Or 215-697-2179(dsn: 442-2667), Or Mail Their Requestdla Document Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date21 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Solicitation Notice: Midcon Custom Sterile Procedure Packs The Veterans Health Administration (vha), Midwest Consortium (midcon), Has An Ongoing Requirement For The Supply Of Custom Sterile Surgical Procedure Packs And Associated Services For An Estimated 35 Va Medical Centers And Community Based Outpatient Clinics (cbocs). The Contractor Shall Be Responsible For Providing All Labor, Materials, Sterilization, Transportation, Equipment, Supervision, Quality Assurance, Electronic Communication, Ordering, Reporting, And Delivery Of The Packs While Remaining Incompliance With Federal, State, And Local Regulations To Provide Custom Sterile Procedure Packs And Creation Of New Packs, As Deemed Necessary For The Participating Medical Facilities. A Description Of Actual Requirements Will Be Included In The Attached Statement Of Work And Within The Solicitation Document. The Va Anticipates Awarding One (1) Five-year Contract.
the Naics Code For This Procurement Is 339113, Surgical Appliance And Supplies Manufacturing, With The Small Business Administration (sba) Size Standard Of 800 Employees. The Psc Is 6515, Medical And Surgical Instruments, Equipment, And Supplies.
this Requirement Is For The Acquisition Of Multiple Items. 13 Cfr §121.406(d) States That At Leaast 50% Of The Estimated Contract Value Be Composed Of Items Manufactured By Small Business Concerns. Based On Extensive Market Research, The Va Did Not Find Small Businesses That Manufactured The Components Of At Least 50% Of The Contract Value For This Requirement Even When Specific Class Waivers Were Taken Into Account. Therefore, The Analysis Of The Non-manufacturer Rule, 13 Cfr §121.406(b) And 13 Cfr §121.406(d) Confirms This Requirement Is Not Suitable To Be Set-aside For Small Business And S Hould Go Forward As An Unrestricted Solicitation.
one Or More Of The Items Under This Acquisition Is Subject To The World Trade Organization Government Procurement Agreement And Free Trade Agreements." (far 25.4 Trade Agreements)
offerors Desiring To Be Considered For Award Must Be Registered In The System For Award Management (sam.gov) Using This Naics Code And Have An Active Sam Account At Time Of Proposal Submittal And Award. For Additional Information And To Register In Sam, Please Access The Following Website: Www.sam.gov. This Procurement Also Requires Offerors To Complete The Electronic Representations And Certifications At The Sam Website. Any Resulting Award Will Be Awarded As A Firm-fixed Price Indefinite-delivery Indefinite- Quantity (idiq) Contract.
paper Copies Of This Solicitation Will Not Be Issued. Each Potential Offeror Is Responsible For Checking The Website To Gain All Current Information Related To The Solicitation. The Solicitation And Any Further Announcements Regarding The Solicitation Will Be Posted Only At Https://sam.gov.
Closing Date24 Feb 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n712.11|ae4|717-605-5192|christian.d.spangenberg2.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|combo||na|n00104|na|na|see Schedule|see Schedule|||na||||||
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||||||||||||
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|334290|800||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
Casrep Accelerated Delivery Is Encouraged And Accepted At No Additional Cost To Government.
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.
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work.
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): ___
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 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":__________
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).
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Interconnecting Box .
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.
document Ref Data=mil-std-130 | | |n |121116|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Interconnecting Box 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.
;70mf8 356-7082-501
53711 8571472;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Date13 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Details: Attached You Will Find A Pdf Version Of The Below Rfi Verbage. Please Refer To That, As It Will Have The Proper Formatting/numbering.
request For Information For:
radiological Detection System (rds)
1.0purpose:
this Is A Request For Information (rfi) Only. This Rfi Is Intended For Release To Sam.gov. The Department Of Defense, Department Of The Army, Joint Program Executive Office For Chemical, Biological, Radiological And Nuclear Defense (jpeo-cbrnd), Joint Project Manager Chemical, Biological, Radiological, And Nuclear Sensors (jpm S), Joint Product Leader For Radiological And Nuclear Defense (jpdl Rnd) Is Issuing This Rfi For Information And Planning Purposes; It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp. This Rfi Does Not Contractually Commit The Government For Any Supply Or Service. Respondents Are Advised That The U.s. Government Will Not Pay Any Cost Incurred In Response To This Rfi. Not Responding To This Rfi Does Not Preclude Participation If Future Rfps Are Issued.
the Rfi Objective Is To Gain Information About Respondent’s Capabilities In Developing, Testing, And/or Manufacturing A Solution Capable Of Meeting The Requirements Set Forth In The “radiological Detection System (rds) Performance Specification” And Answer Questions Set Forth Below In Section. Each Respondent Shall Review The Rds Performance Specification (p-spec) And Provide Feedback Indicating Respondent’s Capabilities To Develop, Test And/or Manufacture A System Which Would Be Able To Meet The Government’s Requirements. To Get Access To The Rds P-spec, The Respondent Shall Request Access From The Contracting Team (contracting Officer And Contract Specialist) Via Email. Please Note, The Rds P-spec Is Marked Controlled Unclassified Information (cui) So Please Ensure (and Provide Evidence With Your Access Request Email) That Your Company Has Completed An Nist Sp 800-171 Assessment In The Procurement Integrated Enterprise Environment (piee) Supplier Performance Risk System (sprs).
in The Event That The Respondent’s Current System And/or Current Capabilities Do Not Meet The Government’s Requirements, But May Meet The Government’s Requirements In The Future, The Respondent Shall Provide The Anticipated Timeline For Meeting These Requirements. Each Response To This Rfi Shall Include: (1) Proposed System Description/information; (2) Responses To All Requested Information Noted Below In Section 4.0 “submission Criteria”.
the Psc Code For This Rfi Is 6665 “hazard-detecting Instruments And Apparatus”. The Naics Code For This Rfi Is 334519 “other Measuring And Controlling Device Manufacturing”.
2.0 Background:
the Objective Of The Rds Program Is To Provide A Rugged Radiation Detection, Indication And Computation (radiac) Meter That Replaces Legacy Radiological Survey Meters Currently Employed By The United States Air Force (usaf) (adm-300), United States Navy (usn) (multi-function Radiac (mfr) Suite), United States Coast Guard (uscg) (mfr Suite), United States Army (usa) (an/pdr-77 & An/vdr-2) And United States Marine Corps (usmc) (an/pdr-77). Rds Provides A Joint Solution That Eliminates (or Reduces The Risk Of) Parts Obsolescence, Increases Capability, Reduces Life-cycle Costs, And Addresses Operation Tomodachi Lessons Learned For Common, Interoperable Equipment With Adequate Sensitivity And Common Units Of Measure. Rds Will Be Fielded To All Four Services (army, Navy, Marines, Air Force) In Addition To The United States Coast Guard (uscg) And United States Special Operations Command (ussocom). In Addition, Canada And The United Kingdom (uk) Actively Participate In The Rds Program.
on 12 September 2016, Jpdl Rnd Awarded Contract W911sr-16-d-0027 To Ludlum Doing Business As (dba) Visionary Products Inc. (vpi) For The Development And Production Of The Rds. Rds Was Approved For Full Rate Production (frp) In 2024.
3.0potential Future Need
the United States Armed Services Is In Need Of Frp Rds Systems. Approximate Projected Total Quantities Over Five (5) Years Are:
16,000 Base Units
3,000 Beta Photon Probes
1,100 Alpha Beta Probes
200 Small Area Beta Gamma Probes
200 Sensitive Gamma Probes
200 Fidler Probes
700 Neutron Probes
the Government Is Investigating An Indefinite Delivery, Indefinite Quantity (idiq) For The Frp Of The Rds. The Government Projects A Need For Rds Production Through 2043. The Anticipated Contract Type Is Firm Fixed Price (ffp). The Pricing Information Requested In Section 4 Shall Be Completed Assuming A Ffp Idiq.
the Government Will Require At Minimum Government Purpose Rights (gpr) On All Technical Data Associated With The Rds System If Procured.
4.0submission Criteria:
the United States Armed Services Is Exploring The Possibility To Award One Or More Contracts. Possible Contracts Could Include The Development, Testing And Manufacture Of The Rds System That Has The Same Form, Fit And Function Of The Current Design. Proposed Solutions Shall Meet The Requirements Described In This Section And The Rds P-spec. Respondents Shall Provide At Minimum The Following Information:
responses Shall Be Submitted As Indicated Above And Shall Include, At A Minimum: (1) Rfi Title, “radiological Detection System (rds)”, (2) Company Name, (3) Company Address, (4) Telephone Number(s), (5) Email Address(es); (6) Website Address (if Available); (7) Type Of Business, Large Or Small (to Include Type Of Small Business); (8) Duns Number; (9) Cage Code; (10) Facility Clearance (yes Or No); (11) Information Paper Addressing The Areas Of Interest Listed In Section 4, Brochures, Published Technical Specifications; And (12) 3rd Party Performance Verification. Responses Shall Also Confirm Their Respondent’s Current Facility Clearance Level (fcl)(c, S, Ts, Etc.). Response Shall Also Include The Name, Telephone Number, And E-mail Address Of A Point Of Contact Having The Authority And Knowledge To Clarify Responses With A Government Representative.
additionally, All Responses Shall Include Each Of The Following Items:
general Synopsis Of The Respondent’s Solution To Delivering Systems That Will Meet The Rds Requirements Herein. Big Picture – Will The Respondent Be Able To Manufacture A System Based Off Of The Provided Specifications? Or Will Additional Development Of The Respondent’s Solution Be Required? If So, Please Provide Details On How Much/ What Additional Developments Will Be Required Along With An Estimated Timeframe To Incorporate Required Modifications.
a Brief Description Of The Respondent’s Potential Version For The Rds Requirement To Include The Following:
ability To Meet Each Requirement In The Rds P-spec Specifically Addressing The Following:
can The Potential Version Satisfy The Government’s Requirements "as Is"? If The Potential Version Cannot Satisfy The Government’s Requirements "as Is", What Modifications Are Needed?
if The Respondent’s Potential Version Currently Does Not Meet Government Minimum Required Specifications, Please Describe In Detail Which Of The Government Specifications Are Not Met And Why.
technology Proposed For Detection (i.e. Gm Tube, Scintillator, Etc.);
previous Testing Of The Potential Version To Include Nuclear Survivability Testing;
calibration Requirements, Including: (1) Recommended Time Between Calibrations; (2) Sources And Dose Rates Needed For Calibration; (3) Ease Of Calibration; (4) Cost Of Calibration; And (5) List Of Support Equipment Required To Repair And Calibrate The System (to Include Non-standard Calibration Equipment Such As Calibration At Low And High Temperatures);
requirements That Would Require Development Of New Technology (or Adaptation Of Current Technology Not Currently Used For This Purpose) Instead Of Using Technology That Is Currently Available And Used Throughout The Radiation Detection Industry;
estimated Technology Readiness Level (trl) Of The Proposed System;
how (under What License, Regulations, Etc.) Do You Plan To Distribute Radiation Sources (cs-137 Check Sources) Needed For The Rds;
what (if Any) Data Rights Concerns Would There Be With Providing At Minimum Government Purpose Rights On All Technical Data Associated With The Rds (as Gpr Is The Minimum Required Level Of Data Rights The Government Will Require For The System);
a Brief Description Of The Development History And Production Of The Respondents’ Potential Version For The Rds Requirement, Or Similar Radiac, To Include The Following:
number Of Units (either Planned Proposed System Or Similar System) Sold As Of The Date Of The Submission;
description Of Similar System And How It Differs From Proposed System;
current Monthly Production Capacity Of Similar Production Items;
what, If Any, Radiation Check Sources Do You Currently Distribute To Include Exempt, Generally Licensed, And Specific Licensed Sources;
experience With Department Of Defense Contracts, Specifically Production Contracts For Similar Equipment. This Includes Any Historical Experience Of This Kind, But Please Specifically Point Out Any Recent Experience Within The Past Five (5) Years If You Have Any;
experience With Department Of Defense Provisioning Of Spare Parts, Drafting Of Technical Manuals, Drafting Of Training Materials, Conducting Developmental Testing For The Government, And Conducting Operational Testing For The Government;
experience With Obtaining Department Of Defense Cybersecurity Authority To Operate;
experience With Intagrating Equipment Via Ethernet And Army Radios On Department Of Defense Networks;
experience Working With And Being Audited By Defense Contract Management Agency (dcma) Or Defense Contract Audit Agency (dcaa). Include Quality Assurance Plan(s);
a Brief Description Of The Respondent’s Potential Schedule And Production To Include The Following:
time Required To Develop, Build, Test, And Deliver First Article Test (fat) Systems Per The Rds P-spec. Include Time Required From Contract Award To Completion Of Fat, To Include Submission And Approval Of The Test Plan And Test Report;
time Required To Build, Test, And Deliver The First Expected Delivery Order (see Quantities Below) Per The Rds P-spec (including Conformal Testing And Submission And Approval Of The Test Plan And Test Report);
1,600 Base Units
300 Beta Photon Probes
110 Alpha Beta Probes
20 Small Area Beta Gamma Probes
20 Sensitive Gamma Probes
20 Fidler Probes
70 Neutron Probes
time Required To Set Up A Production Line For A Minimum Of 1000 Base Units/month And 200 Probes/month (which Is The Minimum Expected Output During Full Rate Production);
the Average Number Of Units/month Currently Produced (if Any);
the Projected Minimum (to Ensure Production Line Stays Stable/viable) And Maximum Number Of Units/month Production Capacity During Full Rate Production;
the Time Required To Obtain Critical Component(s);
the Time And Recommended Conformance Testing Required Based On The Performance Specification;
the Time Required To Update The Technical Manual And Training Materials;
a Brief Description Of The Respondents’ Cost Of The Potential System To Include The Following:
assuming A 5-year Ffp, Idiq, Respondents Shall Provide The Below Requested Pricing Information.
approximate Rough Order Of Magnitude (rom) Price Breakdown Estimate For This Effort. Include (1) Fat Per Table 4 Of The Rds P-spec; (2) Delivery Order For The Approximate Quantities Of The Expected Order In Section 3 (including Conformal Testing Per The Performance Specification); And (3) Annual Calibration Cost By Probe (include Shipping Costs To And From Aberdeen Proving Ground, Md).
5.0supporting Documents:
rds P-spec By Request Through Army Contracting Command (acc) Personnel Listed Below In Section 6.0. As Noted Above In Section 1.0: To Get Access To The Rds P-spec, The Respondent Shall Request Access From The Contracting Team (contracting Officer And Contract Specialist) Via Email. Please Note, The Rds P-spec Is Marked Controlled Unclassified Information (cui) So Please Ensure (and Provide Evidence With Your Access Request Email) That Your Company Has Completed An Nist Sp 800-171 Assessment In The Procurement Integrated Enterprise Environment (piee) Supplier Performance Risk System (sprs).
6.0 Response Due Date, Page Limit, Disclaimer And Important Notes:
due Date: Submissions Shall Be Sent Electronically To The Following Points Of Contact (pocs) And Email Addresses; Tyler N. Gates, Contracting Officer - Tyler.n.gates2.civ@army.mil; Nathaniel W. Sievers, Contract Specialist - Nathaniel.w.sievers.civ@army.mil. All Submissions Shall Be Received No Later Than 4:30pm Eastern Time (et), 17 February, 2025. Note: If Possible, Enable Delivery And Or Read Receipt On All Submissions To Ensure Arrival By The Required Deadline. The Entirety Of The Respondent’s Rfi Email Response Shall Not Exceed 15mb Of Total File Size. Failure To Adhere To This Limitation May Result In Portions Of The Response Not Being Received By The Government. Telephonic Inquiries Will Not Be Accepted.
disclaimer And Important Notes: This Rfi Does Not Constitute A Request For Proposal (rfp), Broad Agency Announcement (baa), Or A Promise To Issue An Rfp. The Government Will Not Pay For Costs Associated With Developing A Response To This Rfi, Nor Does It Commit The Government To Enter Into Any Contractual Agreement. The Jpdl Rnd May Issue A Solicitation For This Requirement In The Coming Months. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Shall Ensure Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Capabilities. Respondents Are Advised The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. Although Responses Are Highly Encouraged, Not Responding To This Rfi Does Not Preclude Participation In Any Future Solicitation. The Information Provided In This Rfi Is Subject To Change And Is Not Binding On The Government. Any Future Postings/announcements Related To This Rfi, Which May Have Language Which Contradicts With Any Language In This Rfi Will Trump And Supersede The Language In This Rfi. All Submissions Become The Property Of The Government And Will Not Be Returned. Proprietary Information Submitted In The Rfi Response Shall Be Marked Accordingly To Ensure Appropriate Handling And Disposition By The Government. No Classified Information Shall Be Submitted In The Rfi Response.
contracting Office Address:
us Army Contracting Command-aberdeen Proving Ground,
edgewood Contracting Division (acc-apg)
8456 Brigade Street, E4215
apg (edgewood), Md 21010-5401
primary Points Of Contact:
tyler Gates, Contracting Officer
email: Tyler.n.gates2.civ@army.mil
telephone: 520-671-1119
nathaniel Sievers, Contract Specialist
email: Nathaniel.w.sievers.civ@army.mil
telephone: 520-692-9630
Closing Date24 Feb 2025
Tender AmountRefer Documents
8431-8440 of 9671 active Tenders