Website Tenders
Website Tenders
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date14 Apr 2025
Tender AmountRefer Documents
Description: Nsn 7h-2895-013833198, Tdp Ver 006, Ref Nr 6769111g, Qty 111 Ea, Delivery Fob Origin. Manufacture/repair Of This Part Requires Special Test And/or Inspection Facilities To Determine And Maintain Ultra-precision Quality For Itsfunction Or System Integrity. Substantiation And Inspection Of The Precision Or Quality Cannot Be Accomplished Without Such Specialized Test Or Inspection Facilities. If The Test Cannot Be Made Available For The Competitive Manufacture/repair Of The Part, The Required Test Or Inspection Knowledge Cannot Be Documented For Reliable Replication, Or The Required Physical Test Or Inspection Facilities And Processes Cannot Be Economically Documented In A Tdp, Valid A/rmcs Are 3, 4, Or 5. 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. 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. 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.
DEPT OF THE ARMY USA Tender
Agriculture or Forestry Works
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents
Details: W912bv25b0007 Fy25 Park Mowing For Tenkiller And Webbers Fallsu.s. Army Corps Of Engineers, Southwestern Division (swd), Tulsa District (swt) Intends To Issue An Invitation For Bid (ifb), W912bv25b0007 For Mowing Services For Lake Tenkiller And Webbers Falls, Oklahoma.the Solicitation Will Be Issued As A 100% Small Business Set-aside. The North American Industrial Classification System (naics) Code Is 561730 And The Applicable Small Business Size Standard, As Established By The U.s. Small Business Administration, Is $9,500,000.00.the Resulting Contract Will Be Issued On A Firm-fixed Price Basis For One (1) Base Period And Four (4) Option Periods To Be Exercised At The Government?s Discretion, To The Responsible Offeror Whose Quote Is Conforming To The Requirements Of The Solicitation And Will Be Most Advantageous To The Government Considering Price, Past Performance, Past Experience (must Provide At Least Two Examples Of Completion Of Similar Work, Which Is At Least Similar Or Larger In Size/scope ? Can Be From Government Or Private Industry Experience), Possession Of Current Oklahoma/texas/kansas Herbicide Applicators License, And Conformance With Sub-contracting Regulations. The Anticipated Award Date Is On Or About 20-mar-2025.the Ifb Will Be Issued Via Internet Only On The Piee Website At Https://piee.eb.mil/. It Is The Contractor?s Responsibility To Monitor The Above-listed Internet Address For Any Posted Changes. All Amendments Posted Shall Be Signed And Submitted With The Quote.
INDIAN HEALTH SERVICE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Details: This Is A Solicitation Notice For Solicitation 75h701-25-r-00001 Pimc Mechanical Projects Hvac, Central Plant, & Isolation Rooms (phoenix, Az) A Construction Project Prepared In Accordance With Far Part 36. These Construction Services Are In Support Of The Indian Health Service (ihs). scope Of Work: The Project Includes Two (2) Projects On The Phoenix Indian Medical Center (pimc) Campus. It Is Anticipated That This Will Be Solicited As A Single Solicitation And Subsequently A Single Contract. These Projects Are Together Due To Similar Scope And Contractor Space Available On The Pimc Campus. pimc Mechanical Project 1 - Heating, Ventilation, & Air Condition – This Work Consists Of Alteration (level 2) Of The Hvac System For The Pediatric Clinic (building 12) And The Dental Clinic (building 239) At The Pimc. This Work Shall Be Performed In Two (2) Phases. pimc Mechanical Project 2 - Central Plant & Isolation Rooms central Plant (bldg 234) – This Work Consists Of The Replacement Of 18 Cooling Tower Valves, Autofill Diesel System, Heat Exchanger, And Medical Air System, Install A Dust Collection System. This Work Also Includes Installing A New Parking Canopy. main Hospital Building 3rd Floor, Isolation Rooms (bldg 233) – This Work Consists Of Above Ceiling Work To Replace Ductwork And Adjust Ceiling Grid And Lighting. This Work Shall Be Performed In Two (2) Phases. the Hvac And Isolation Room Work Will Require Infection Control Mitigation. (reference Clauses H.29and H.30). location Of Project: All Work Shall Be Performed At The Pimc, Which Is Located At 4212 N. 16th Street, Phoenix, Az, 85016. period Of Performance: Period Of Performance Is 170 Calendar Days From Date Of Notice Of Proceed. The Period Of Performance Is Exclusive Of The Submittals And Any Long Lead Materials. construction Magnitude: The Magnitude Of This Construction Project Is Anticipated To Be Between $1,000,000 And $5,000,000, In Accordance With Far 36.204(f). site Visit: A Site Visit Will Be Held On January 7, 2025 At 11:00 Am Mst (local Time). Please Confirm Attendance In Accordance With Clause L.8. Far 52.236-27 Site Visit (construction) (feb 1995) Alternate I (feb 1995). note: All Dates Are Subject To Change. See Solicitation For Official Dates, Times, And Locations Of Site Visits And Deadlines. contract Type: Indian Health Service Intends To Award A Single Firm Fixed Price (ffp) Contract In Support Of This Requirement. this Solicitation Will Be Procured As A Request For Proposal (rfp) In Accordance With Far Part 36 Procedures With Lowest Price Technically Acceptable (lpta) Evaluation Criteria. this Project Is Solicited As 100% Set Aside For Indian Small Business Economic Enterprise (isbee) Under North American Industry Classification System (naics) Code 236220, Commercial And Institutional Building Construction. The Associated Size Standard For This Procurement Is $45 Million. for The Purposes Of This Procurement, A Concern Is Considered A Small Business If Its Average Annual Revenue For The Last Five (5) Years Is Less Than $45 Million. For Information Concerning Naics And Sba Size Standards, Go To Http://www.sba.gov. registration In The System For Award Management (sam) Database Is Mandatory To Be Considered For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements Via The Internet At: Https://www.sam.gov. Contractors Are Encouraged To Complete Sam Registration As Soon As Possible; The Government May Not Delay Award For The Purpose Of Allowing A Contractor Additional Time To Register In Sam. it Is The Responsibility Of The Contractor To Check Https://www.sam.gov Frequently For Any Amendments Or Changes To The Solicitation. Hard Copy Documents Will Not Be Available – All Documents For Proposal Purposes Will Be Posted At The Website For Download By Interested Parties. amendment A00001 Issued 12/17/2024. amendment A00002 Issued 1/4/2025. amendment A00003 Issued 1/8/2025. amendment A00004 Issued 1/17/2025 amendment A00005 Issued 1/28/2025 amendment A00006 Issued 1/29/2025 amendment A00007 Issued 2/3/2025
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
time Of Delivery (june 1997)|20|0001aa|4|335||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|tbd|tbd|tbd|n00104|tbd|tbd|w25g1u|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
value Engineering (jun 2020)|3||||
equal Opportunity (sep 2016)|2|||
small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Veterans (jun 2020)|4|||||
exercise Of Option To Fulfill Foreign Military Sales Commitments-basic(nov 2014))|4|||||
small Business Subcontracting Plan (sep 2023)|4||x|||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
transportation Of Supplies By Sea (oct 2024)|2|||
option For Increased Quantity--separately Priced Line Item (mar 1989)|1|365 Days After Receipt Of Award|
list Of Award Attachments|5||||||
list Of Solicitation Attachments|5||||||
alternate A, Annual Representations And Certifications (oct 2024)|13|x|x|x|||x|x|||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|333914|750 Employees||||||||||||
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|
the Complete Rfp Package Must Be Signed And Returned Prior To The Closing Date. Emailed Proposals Are Acceptable. Neco Quotes Will Not Be Accepted And Will Be Determined Non-responsive.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Pump Lube Oil .
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 Pump Lube Oil Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;63857 D-4793;
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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| Inspection And Acceptance - Short Version|8|x||x|||||| Desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|2|425|clin 0001ab |1|425|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|tbd|w25g1u Qty 2; W62g2t Qty 1|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Equal Opportunity (sep 2016)|2||| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| Warranty Of Data--basic (mar 2014)|2||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| Annual Representations And Certifications (may 2024)|13|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.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 Inthe 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 Herein. 4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 6.any Contract Awarded As A Result Of This Solicitation Will Be Dx Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,regulating,sy . 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 Valve,regulating,sy Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 20859-001; 3.2 Marking - This Item Shall Be Physically Identified In Accordance With ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And Approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The Substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: Code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. Code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. Code 3: Part Not Furnished Separately - Use Assembly. Code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. Code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. Code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material Will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The Contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting Officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of Contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are Located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A Polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The Requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A Component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface Ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. E. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navsup-wss Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: Commanding Officer Navsup-wss Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Commanding Officer Navsup-wss Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of This Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information Contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: A... Approved For Public Release; Distribution Is Unlimited. B... Distribution Authorized To Us Governments Agencies Only. C... Distribution Authorized To Us Government Agencies And Their Contractors. D... Distribution Authorized To Dod And Dod Contractors Only. E... Distribution Authorized To Dod Components Only. F... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. X... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
DEPT OF THE ARMY USA Tender
Electrical and Electronics...+1Electrical Works
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents
Description: This Is A Solicitation For Uninterruptible Power Supply (ups) Preventative Maintenance (pm) And Repair To One Location At The Installation Per The Performance Statement Of Work Minimum Requirements. Pm's Will Be Done On A Quarterly Basis For A Period Of Performance Of 12-month Base And 2-year Options. Service To Be Done In Building 49 For Apc (brand: Symmetra) Model # Syiof500kmbr Serial # Qd1603122220 And All Related Ancillary Equipment. Service To Start On Or Around 1 April 2025. It Will Be Conducted Using Simplified Acquisition Procedures In Accordance With Far Part 12.6 And 13.5, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested; See Attachment For More. performance To Begin Approximately, On Or Around 1 April 2025. This Procurement Is Being Solicited As Unrestricted. The North American Industrial Classification Code (naics) Is 811310. The Related Small Business Size Standard Is $12.5m. All Responsible Sources May Submit A Quote, Which Shall Be Considered. In Accordance With Far 5.102(d), Availability Of This Solicitation Will Be Limited To The Electronic Medium. All Contractual And Technical Questions Must Be Submitted In Writing And May Be Emailed, Attn: Heidi Young Where The Answer Will Be Posted To Contract Opportunities Via Sam.gov. Questions Must Be Received No Later Than 7 Days Prior To The Closing Of This Solicitation. Questions Received After This Date May Be Considered Untimely And May Not Be Answered. No Telephone Questions Will Be Accepted. Notification Of Any Postponements And Any Amendments To This Solicitation Will Only Be Posted On This Website. It Is The Sole Responsibility Of The Offeror To Continually View This Website For Any Amendments Made To This Solicitation. Please Use The Attachments To Be Able To Submit Your Quote. Please See The Attached Sf1449 Addendum To 52.212-1 Instructions To Offerors For Further Submission Requirements. questions Can Be Submitted To The Contract Specialist On The Notification.
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Soon8 Feb 2025
Tender AmountRefer Documents
Details: This Advertisement Is Hereby Incorporated Into The Rlp 25reg00 By Way Of Reference As An Rlp Attachment. u.s. Government Seeks To Lease The Following Office Space Through The Automated Advanced Acquisition Program (aaap): city: Fort Myers state: Fl delineated Area: North: Sr80 ; East: Sr29 ; South: Corkscrew Road ; West: Us41 minimum Aboa Square Feet: 980 maximum Aboa Square Feet: 1,280 space Type: Office lease Term: 10 Years / 5 Years Firm offerors Are Encouraged To Submit Rates For All Terms Available In The Aaap For Consideration Against Future Gsa Requirements. amortization Term: 5 Years For Both Tenant Improvementsand Building Specific Amortized Capital. agency Unique Requirements the Location Must Be Ada Accessible And In A Low Crime Are agency Tenant Improvement Allowance: existing Leased Space: $50.11 Per Aboa Sf other Locations Offered: $50.11 Per Aboa Sf building Specific Amortized Capital (bsac): existing Leased Space: $12.00 Per Aboa Sf other Locations Offered: $12.00 Per Aboa Sf important Notes check The Attachments And Links Section Of This Notice For Possible, Additional Project-specific Requirements Or Modifications To The Rlp. offerors Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b offerors Are Advised That All Shell Work Associated With Delivering The Tenant Improvements Are At The Lessor’s Cost. Please Refer To Section 3(construction Standards And Shell Components)and Specifically To Paragraph 3.07(building Shell Requirements)of Theaaap Rlp Attachment #2 Titled "lease Contract" (gsaform L100_aaap ) For More Detail. Tenant Improvement Components Are Detailed Under Section 5 Of The Aaap Rlp Attachment#2 Titled "lease Contract" (gsaform L100_aaap) . it Is Highly Recommended That Offerors Start The Sam Registration Process Directly Following The Offer Submission. Refer To Rlp Clause 3.06. (if Applicable) The Government Intends To Award A Lease To An Offeror Of A Building That Is In Compliance With Seismic Standards. Section 2.03 Of The Request For Lease Proposals (rlp) Outlines Compliance Activities Required For All Leases In Moderate Or High Seismic Zones. To Determine If Your Property Lies In A Moderate Or High Zone, Please Reference The Map And Documents On Our Website. how To Offer the Automated Advanced Acquisition Program (aaap), Located At Https://leasing.gsa.gov/, Will Enable Interested Parties To Offer Space For Lease To The Federal Government In Response To The Fy25 Aaap Rlp. In Addition, The Government Will Use Its Aaap To Satisfy The Above Space Requirement. offerors Must Go To The Aaap Website, Select The “register To Offer Space” Link And Follow The Instructions To Register. Instructional Guides And Video Tutorials Are Offered On The Aaap Homepage And In The “help” Tab On The Aaap Website. Once Registered, Interested Parties May Enter Offers During Any “open Period”. For Technical Assistance With Aaap, Email Leasing@gsa.gov. the Open Period Is The 1st Through The 7th Of Each Month, Ending At 7:30 P.m. (et) Unless Otherwise Stated By The Government And Unless The 7th Falls On A Weekend Or Federal Holiday. If The 7th Falls On A Weekend Or Federal Holiday, The Open Period Will End At 7:30 Pm (et) On The Next Business Day. Refer To Aaap Rlp Paragraph 3.02 For More Details On The Offer Submission Process. The Government Reserves The Right To Allow For Multiple Open Periods Prior To Selecting An Offer For Award To Meet This Specific Space Requirement. Offers Cannot Be Submitted During The Closed Period And Will Not Be Considered For Projects Executed During That Time Period. lease Award Will Be Made To The Lowest Price, Technically Acceptable Offer, Without Negotiations, Based Upon The Requirements In This Advertisement And In The Rlp Requirements Package Found On The Aaap Website. During An Open Period, Offerors Will Be Permitted To Submit New Offers Or Modify Existing Offers. Offerors Can Draft An Offer At Any Time; However, You Can Only Submit An Offer During The Open Period. the Offered Space Must Comply With The Requirements In This Advertisement And The Rlp And Must Meet Federal Government, State, And Local Jurisdiction Requirements, Including Requirements For Fire And Life Safety, Security, Accessibility, Seismic, Energy, And Sustainability Standards In Accordance With The Terms Of The Lease. The Lease And All Documents That Constitute The Lease Package Can Be Found At Https://leasing.gsa.gov/leasing/s/aaap-portalhome. if You Have Previously Submitted An Offer In Fy 2024, The Aaap Application Has A Copy Feature Which Will Allow Existing Offers To Be Copied Over To The Fy 2025 Rlp In Order To Avoid Having To Re-enter All Of The Data Manually. Please Be Sure To Review Fy25 Aaap Rlp Package And Each Page Within The Aaap Application Prior To Submitting Your Offer As Some Of The Questions Have Changed. You Must Re-enter Your Space And Rates On The ‘space And Rates’ Tab In The Aaap. Your Previous Offered Space Will Not Be Copied.
National Institutes Of Health Tender
Healthcare and Medicine
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
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."
STATE, DEPARTMENT OF USA Tender
Others
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: Please Note This Solicitation Is Not Ready To Be Issued As Of This Date. The Embassy Of The United States In Pakistan Will Launch The Solicitation On The Sam.gov Website When It Is Available. this Solicitation Is For Media Monitoring Services. U.s. Embassy Islamabad Requires The Services Of A Contractor To Monitor Pakistani Television News Broadcasts, Newspapers,specified Youtubechannels, And Social Media On A Daily Basis (365 Days A Year) For Information Relating To, Or Of Interest To, The U.s. Government On All Of The Channels/newspapers And In Social Media. the Anticipated Performance Period Is For A Base Year, With Four One-year Option Periods, If Exercised By The Government. All Responsible Sources May Submit A Proposal, Which Will Be Considered. the Government May Award The Contract Based On The Initial Offer Without Discussion. The Resultant Contract Will Be Firm Fixed Price. the Government Is Planning A Pre-proposal Conference (if Requested By The Offerors) And The Date For This Conference Will Be In The Solicitation. this Opportunity Is Subject To 52.229-12 - Tax On Certain Foreign Procurements (feb 2021) electronic Submission/responses: this Opportunity Allows For Electronic Responses. Please Submit Your Offer Prior To The Response Date And Time. Please Ensure Your Email With Your Offer Does Not Exceed 30mb, If It Does Then You Might Have To Send More Than One Email.
DEFENSE LOGISTICS AGENCY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Description: This Letter Request For Proposal (rfp) Is Issued For The Purpose Of Acquiring The Item Identified By The National Stock Number (nsn): 1615-01-653-8691, Part Number: 7-5r0430100-105, And Noun: Blade, Rotary Wing. In Reply, Please Reference Solicitation Number Sprra1-25-r-0012. The Government Requests Your Best Pricing And Delivery Terms For The Part Listed And Based On A Quantity Of 60 Units Per Ordering Periods 1, 2, 3, 4, 5, 6, 7, 8, 9 And 10 For A Total Of Ten Ordering Periods As Follows: Ordering Period 1 (cy2025), Ordering Period 2 (cy2026), Ordering Period 3 (cy2027), Ordering Period 4 (cy2028), Ordering Period 5 (cy2029), Ordering Period 6 (cy2030), Ordering Period 7 (cy2031), Ordering Period 8 (cy2032), Ordering Period 9 (cy2033) And Ordering Period 10 (cy2034). The Government’s Estimated Production Lead Time Is 1,140 Days. the Acquisition Specialist And Point Of Contact For This Solicitation Would Like To Draw Your Attention To Some Of The Requirements Of This Solicitation And Information That Will Be Detailed In The Attachments:
• First Article Test (fat) Is Required And Is Deemed A Critical Safety Item (csi)
• Item Unique Identification (iuid) Numbers Are Required As Well As Serial Numbers
• Packaging Requirements: Reusable Container(s) Shall Be Contractor Furnished Material (cfm)
• Serial Number Requirement Reporting (snrr) And The Army Maintenance Management System-aviation (tamms-a) Is Required the Price And Delivery Proposed May Be Negotiated Upon Closing Of This Solicitation. For Non-commercial Items Exceeding The $2,000,000 Threshold, Certified Cost And Pricing Data (ccpd) Must Be Submitted And In Accordance With Federal Acquisition Regulation Table 15-2. this Correspondence Constitutes A Letter Solicitation To Add The Depot Level Repairable (dlr) Part To Contract Sprpa1-22-d-001u. The Terms And Conditions Of Your Proposal Must Be In Accordance With Those Of The Basic Contract. This Requirement Has Been Advertised As A Contract Opportunity On The Sam.gov Website For Viewing By The General Public. If Another Supplier Indicates Interest In Responding To The Requirement As A Result Of Viewing The Synopsis, A Formal Solicitation Will Be Issued To Accommodate That Supplier. an Expedient Reply Is Requested. However, The Closing Date For The Referenced Solicitation Is No Later Than The Close Of Business On February 28, 2025. Please Send Your Proposal In Writing. All Efforts Will Be Made To Issue A Dlr-add Modification To The Basic Contract As Quickly As Possible. Please Submit Your Proposal For The Item Listed. the Acquisition Specialist And Point Of Contact For This Solicitation Is Jay Hobbs. Please Forward All Communications To Him At Email Jay.hobbs@dla.mil Or Telephone (256) 690-5136. Thank You For Your Interest In Supporting The Mission Of Dla Aviation.
8451-8460 of 9668 active Tenders