Website Tenders

Website Tenders

DEPT OF THE NAVY USA Tender

Others
United States
Description: Nsn 1r-1680-llf02m449-p8, Ref Nr 112a7337-465, Qty 2 Ea, Delivery Fob Origin. 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 The Copies Are Either Deposited In The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Sush As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. Early And Incremental Deliveries Accepted And Preferred. 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. 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 Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Soon10 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: As Of 10 January 2025 This Solicitation Has Been Extended From 13 January 2025 To 13 February 2025 At 6pm. The Resulting Amendment 0001 Has Been Added To The Attachments Of This Announcement. Please Be Sure To Acnowledge It When You Submit Your Proposals. this Is A Combined Solicitation/synopsis: this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. army Contracting Command – Detroit Arsenal (acc-dta) Intends To Issue A Solicitation For 253 Container Freight Utility. The Solicitation Is For A Firm-fixed Price (ffp) Contract With One Year Plus One 100% Option Year. The Naics Code For This Item Is 332439. The Manufacturer Part Number Is 12676735. Acc-dta Anticipates Issuing This Solicitation As A Request For Proposal (rfp) W56hzv-23-r-0088. The Proposed Action Will Result In A Firm Fixed Price Contract With A Technical Data Package. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2022-04. the Provision At 52.212-1, Instructions To Offerors-commercial Products And Commercial Services, Applies To This Acquisition. please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, With Your Offer. the Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services, Applies To This Acquisition. all Contractors Who Provide Goods/services To The Department Of Defense (dod) Must Be Registered On The System For Award Management (sam) Website. You May Register Via The Internet At Https://www.sam.gov/portal/public/sam/. Further Information May Be Obtained Through The Internet At: Http://www.acq.osd.mil/faq.html. caution: This Solicitation Will Be Issued Electronically As Will Any Amendments Thereto. Because Of This, The Government Is Under No Obligation And Is In Fact Unable To Maintain A Bidders’ Mailing List. It Is Therefore Incumbent Upon Any Interested Parties To Periodically Access The Above Internet Address In Order To Obtain Any Amendments Which May Be Issued. Failure To Obtain Any Said Amendments And To Respond To Them Prior To The Date And Time Set For Bid Opening/receipt Of Proposals May Render Your Bid Or Proposal Nonresponsive And Result In The Rejection Of Same. please Submit Your Offer No Later Than 6:00 Pm, 13 February 2025. If You Have Any Further Questions, The Point Of Contact For This Action Is Clarissa Dixon, Email At Clarissa.n.dixon.civ@army.mil.
Closing Soon13 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: The Purpose Of This Amendment Is To Change The Proposal Due Date On The Solicitation From 12:00 Am Cst On 17 February 2025, To 2:00 Pm Cst On 24 February 2025. the Contractor Shall Provide All Personnel, Equipment, Supervision, And Transportation To Support The 1st Special Operations Wing (1 Sow) Resilience Center Program And 1st Special Operations Operational Medical Readiness Squadron (1 Somrs) Health And Wellness Center (hawc). The Contractor Shall Provide All Necessary Non-personal Services To Complete Tasks Specified In The Support Of The 1 Sow Resilience Center Commando Ready Program And 1 Somrs Operations. questions Must Be Submitted Via Email To The Personnel Noted Above. All Questions Are Due No Later Than 2:00 Pm (cst – Central Standard Time) On 6 February 2025. All Questions And Answers Will Be Posted To The Beta Sam Website At Https://sam.gov. the Due Time And Date For Offers Is 2:00 Pm (cst – Central Standard Time) On 24 February 2025. Offers Shall Be On 8.5” X 11” Page. A Page Is Defined As One Face Of A Sheet Of Paper Containing Information. The Text Size Shall Be No Less Than 12 Pitch. Offers Shall Use At Least 1-inch Margins On The Top And Bottom And 1 Inch Side Margins. Copies And Page Limits Of 5 Pages For Each Ofthe Plans. Evaluators Will Only Read Up To The Maximum Number Of Pages Specified. If The Page Limit Is Exceeded, The Excess Pages Will Not Be Evaluated.
Closing Date24 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n744.10|er4|n/a|zachary.r.morrill.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E.| inspection Of Supplies--fixed-price (aug 1996)|2||| production Lot Testing|1|186| inspection And Acceptance - Short Version|8|x||x|||||| desired And Required Time Of Delivery (june 1997)|29|clin0001aa|17|186|clin0001ab|18|186|||||||||||||||||||||||| general Information-fob-destination|1|b| 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 - 17; W62g2t - 18|tbd|n/a|n/a|n/a|n/a|n/a|n/a|see Dd1423|| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| 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||| first Article Approval--contractor Testing (sep 1989)|10|1|w25g1u|30 Days |tbd|zachary Morrill & Zachary.r.morrill.civ@us.navy.mil|tbd|w62g2t|tbd||| option For Increased Quantity (mar 1989)|1|180| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13||x |||||||||||| annual Representations And Certifications (jan 2025)|13|332991|1250|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation Of First Article Testing|3|||| 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 In The Mail, Transmitted By facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issued" Contractual Documents As Detailed Herein. 4. 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. 5. Any Contract Awarded As A Result Of This Solicitation Will Be Do 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. 6. If Drawings Are Included In The Solicitation, Access Needs To Be Requested On The Individual Solicitation Page Under Contract Opportunities On Sam.gov Website. After Requesting Access, Send An Email To The Poc Listed On The Solicitation. 7. The Government Retains The Option To Order An Additional Quantity Up To 100% Of This Order For 180 Days Aro At The Same Price. The Government May Choose To Exercise This Option Or Not. 8. This Solicitation Requires First Article Testing (fat). See Far 52.209-3 First Article Approval - Contractor Testing For More Details. \ 1. Scope 1.1 ;this Procurement Specification Contains The Requirements For Manufacture And The Contract Quality Requirements For ;bearing, Mast; For Use On Navy Submarines.; 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. drawing Data=4491147 |53711| J| |d|0001 | J|49998|0437522 document Ref Data=mil-std-973 | | | |000930|a| |04| document Ref Data=mil-std-130n | | | |121116|a| |01| document Ref Data=asme B46.1 | | | |090101|a| | | document Ref Data=iso 10012 | | | |030415|a| | | document Ref Data=ncsl Z540.3 | | | |060803|a| | | document Ref Data=fed-std-28/20b | | | |940310|a| | | document Ref Data=mil-i-45208a | | | |951103|a|2 | | document Ref Data=astm B150/b150m-2019 | | | | |a| | | document Ref Data=iso9001 | | | |150915|a| | | document Change Data=mil-b-24059 |astm B150/b150m 3. Requirements 3.1 ;design And Manufacturing - The ;bearing, Mast; Furnished Under This Contract/purchase Order Shall Meet The Material, Physical And Mechanical Requirements As Specified On Drawing 4491147, Item No. 7 Including Associated Specifications Mentioned In This procurement.; 3.1.1 ;the ;bearing, Mast; Shall Be Manufactured From Nickel-aluminum-bronze Material Per Specification Astm B150/150m In Lieu Of Mil-b-24059 Listed On Drawing 4491147, Item No. 7.; 3.2 ;marking Requirements - The Supplier Shall Permanently Identify And Mark Each Production Lot Unit ;bearing, Mast; In Accordance With Notes 5 And 12 (a) And (b) Of Drawing 4491147 Per Mil-std-130.; 3.2.1 ;the Supplier Shall Mark ;bag Or Tag; Each Part With Contract And Heat Number Per Mil-std-130.; 3.3 ;notification - The Supplier Shall Notify Naval Surface Warfare Center, Philadelphia Division, (nswcpd), 5001 S. Broad Street, Philadelphia, Pa 19112-1403 By Email Matthew.ogilvie@navy.mil, Code 242mo After Award Of Contract.; 3.3.1 ;the Nswcpd Is The Acceptance Activity For The Contract Data Requirements List (dd1423) Data Items. Nswcpd Wawf/irapt ;acceptor; Dodacc Is ;n64498;.; 3.4 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.4.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 3.5 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. 4.4 ;inspection System - The Supplier's Quality Inspection System Shall Be In Accordance With Mil-i-45208 Or Iso 9001 And Ncsl Z540.3 Or Iso 10012. The Supplier Shall Develop And Submit Their Written Quality Inspection And Test Plan As Indicated On The contract Data Requirements List (dd Form 1423). Government Approval Of The Supplier's Written Quality Inspection And Test Plan Is Required By The Contract. cdrl: Quality Inspection & Test Plan Per Mil-i-45208, Ncsl Z540.3 And Di-qcic-81110; 4.5 ;surface Roughness - All Surface Finishes Are In Rms Measurements. Where The Degree Of Surface Roughness Is Indicated, The Surface Shall Free From All Visible Imperfections As Defined By Standard Asme B46.1.; 4.6 ;finished Edges - Finished Edges Shall Be In Accordance With The Applicable Drawing Requirements.; 4.7 ;threads - Threads Shall Be Inspected In Accordance With Fed-std-h28/20 System 21 Requirements. Thread Inspection Shall Include The Measurement And Recording Of The Major Diameter For External Threads And The Minor Diameter For Internal Threads.; 4.8 ;material Control - The Supplier Shall Have An Effective Material Control System That Provides For Certified Quantitative Mill Or Industrial Laboratory Reports Of Chemical And Physical Analysis By Heat, Lot Or Batch For Raw Material Ordered For production Units. If The Material(s) Is Subsequently Heat-treated, A Certification Of Physical Analysis, After Heat Treatment, Is Also Required For Each Heat, Lot Or Batch. Also, Where The Applicable Material Specification Calls Out (e.g. Corrosion Resistance test, Macro-etch Test, Etc.,) These Test Results Shall Also Be Reported On The Applicable Mill Or Industrial Laboratory Report. The Physical Analysis Shall Establish The Following Properties For Metallic Part: Ultimate Tensile Strength, Yield Strength And elongation.; 4.9 ;production Lot.; 4.9.1 ;visual/dimensional Inspection - The Supplier Shall Visually And Physically Inspect 100% The Production Lot Units And Record The Actual Measurements Of Each Dimension And Thread (including The Minor Diameter For Internal Threads) Identified On The applicable Drawing. Threads Shall Be Inspected 100% And Results Recorded.; 4.10 ;production Lot Inspection/acceptance - (supplier Testing/inspection). The Supplier Shall Submit For The Production Lot Units, The Inspection And Test Reports Identified In The Objective Quality Evidence Records Section Of This Document And As indicated On The Contract Data Requirements List (dd Form 1423). Government Approval Is Required Prior To Shipment Of Production Units.; 4.11 ;final Inspection And Acceptance - Final Inspection And Acceptance Of Production Lots Shall Be Made By The Cognizant Dcma-qar. Nswcpd Shall Either Issue Specific Government Inspection Instructions Or Inspection Hold Points Based On Whether Dcma Or nswcpd Will Be Performing The Required Inspections/tests. In Addition To The Normal Dcma Surveillance, The Production Unit(s) Shall Be Under The Surveillance Of Nswcpd Quality Assurance Specialist As Required.; 4.12 ;objective Quality Evidence Records - The Supplier Shall Maintain Objective Quality Evidence Data (oqeds) Of Raw Material And Finished Parts. Records Shall Be Traceable By Drawing/item, Heat And Contract Number. All Oqeds Shall Be Clearly Legible including Name And Title. The Supplier May Provide Exact (quality) Photocopies Of Objective Quality Evidence Records Being Delivered Under This Purchase Order Instead Of Originals.; 4.12.1 ;the Supplier Shall Furnish A Copy Of The Following Oqeds Listed Below And As Indicated On The Contract Data Requirements List (dd Form 1423) For Acceptance. The Reports Shall Be Correlated To The Drawing/item, Heat And Contract Number. Supplier format Is Acceptable For The Below Listed Cdrls. A. Certified Quantitative Mill Or Industrial Laboratory Certification (chemical And Physical Analysis). cdrl: Certified Quantitative Mill Certification Per Di-misc-80678 B. Visual/dimensional Inspection Reports Shall Show All The Characteristics, The Actual Measurement Of Each Dimension Inspected Including Threads (also The Minor Diameter For Internal Threads) Contract Number, Name Of Supplier, Drawing/item Number, Drawing revision Letter And Heat Number Of Finished Parts, Item Nomenclature And Inspector's Acceptance Signature And Date. cdrl: Visual/dimensional Inspection Report Per Di-ndti-80809b C. Mercury Exclusion Certification (representing The Contract Units Shipment) cdrl: Mercury Exclusion Certification Per Di-misc-80678; 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. 5.2 Special Marking Requirements - Carderock Division, Naval Surface Warfare Center, Code 9613, Will Furnish The Dcmc-qar With A Special Stamp And Instruction For Marking The Package Of Each Acceptable Production Unit. The Dcmc-qar Or The Contractor (as directed) Shall Stamp The Package Of Each Accepted Production Unit Prior To Shipment. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Statement Of Prior Approval Data - If The Item(s) Being Offered Meet The Requirements Specified In The Contract/purchase Order And Is An Exact Duplicate Of Item(s) Previously Approved By The Government, Furnish The Nsn, Name Of Prime Manufacturer, Drawing number, Technical Manual Number, And Previous Contract Number. Provide This Information On Company Letterhead Signed By A Responsible Company Official. 6.2 Special Assistance From Submarine Sail Systems Department (sssd) - Commander, Carderock Division, Naval Surface Warfare Center (cdnswc),code 961, U.s. Naval Base, Philadelphia, Pa 19112-5083, Will Make Available Trained And Experienced Personnel Who Are qualified To Offer Assistance And Guidance To The Contractor By Pointing Out Areas Of Usual Difficulty. This Will Aid The Contractor In Producing A Higher Percentage Of Acceptable Material. Contractors Who Have Not Previously Furnished This Material To The Government And Whose Plant Facilities Have Not Been Evaluated, Or Personnel Have Not Been Given Special Instruction By A Representative From Submarine Sail Systems Department (sssd), Are requested To Contact Cdnswc Through The Cognizant Contract Administration Service Component Representative Office. Sssd May Initially Contact The Contractor To Make Arrangements For These Services. The Sssd Representative Will Coordinate His Work Closely With The Contract Administration Services Component Representative. However, Any Recommended Changes In Specifications Relative To Navicp Contract Shall Be Presented To Navicp For Approval And confirmation Via The Contract Administration Service Component Representative. The First Article And Production Units(s) Shall Be Under The Surveillance Of Cdnswc Quality Assurance Specialist As Required. 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. 6.4 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. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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 Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.5 Information Regarding Abbreviations, Symbols And Codes Appearing On Dd Form 1423 - The Following Information Is Provided To Assist In Understanding The Intent Of The Requirement To Provide A Deliverable Item To The Government. The Explanation Of abbreviation, Symbols And Codes Found In A Block Follows The Block Number As They Appear On The Dd Form 1423. block A: Is The Actual Contract Line Item No. block B: Is The Actual Collective Physical List Of The Deliverable Item(s) Which Are Part Of The Total Requirement Of The Contract/purchase Order. block C: Is The Category Of Data Required, Tdp Is Defined In Mil-t-31000. Tm Is Defined In Part 1x, Section B Of Dodi 5000.2. Navicp Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navicp Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navicp Dd Form 1423 Category Code Will Be Tdp. block D: Is The Name Of The Parent System, Next Higher Assembly, Or The Item Being Purchased. block E: Is The Purchase Request Number, Request For Proposal Number, Invitation For Bid Number Or Another Number For Tracking And Monitoring Purposes. block F: Is The Successful Offerors Name And Or Cage Code. block G: Is The Name Of The Individual And Or The Code/activity Of The Individual Who Prepared The Dd Form 1423 And Included The Requirement In The Technical Data Package (tdp). block H: Self Explanatory. block I: Is The Name And Signature Of The Individual Who Approved The Content And The Need For Inclusion Of The Dd Form 1423 In The Tdp. block J: Self Explanatory. block 1: Is The Exhibit Line Item Number (elin). block 2: Is The Title Of The Data Item Cited In Block 4. block 3: Is The Subtitle Of The Data Item Cited In Block 4 And Is Used If The Title Requires Clarification. block 4: Is The Actual Data Item Description (did) Number Or The Actual Technical Manual Contract Requirements Number. In The Event The Dd Form 1423 Is Requiring A Technical Manual The Numbered Tmcr Will Be An Attachment To The Contract/purchase Order. block 5: Is The Section And Paragraph Area, Where The Requirement Statement For The Dd Form 1423 Will Be Found. block 6: Is The Activity That Will Inform The Contractor Of Approval, Conditional Approval Or Disapproval Of The Deliverable Item. block 7: Is A Code Which Designates Authority For Inspection And Acceptance Of The Deliverable Item. The Definition Of The Codes Is As Follows: Dd Form 250 Code Inspection Acceptance Ss (1) (2) Dd (3) (4) Sd (1) (4) Ds (3) (5) Lt (6) (7) No (8) (8) Xx (9) (9) (1) Inspection At Source. (2) Acceptance At Source. (3) No Inspection Performed At Source. Final Inspection Performance At Destination. (4) Acceptance At Destination. (5) Acceptance At Source. Acceptance Based On Written Approval From The Contract Officer. (6) Letter Of Transmittal Only. Lt Should Not Be Used When Inspection Is Required. The Data Is Sent By The Contractor Directly To The Personnel Listed In Block 14 Of The Dd Form 1423. Lt Is Used When The Contracting Agency Does Not Desire To Have A Dd Form 250 For Each And Every Piece Of Data Developed By The Contractor. The Only Other Authorized Use Of Lt Is The Special Case Where The Contracting Agency Does Not Desire To Have Separate Dd Forms 250 But Desires To Have A Government Quality Assurance Representative Perform Inspection. The Government Quality Assurance Representative Shall Be Listed On The Distribution In Block 14 And Requested To Provide Comments Via The Quality Assurance Letter Of Inspection. Use Of The Symbol Lt Is Not Authorized For Data Comprising Final Delivery Of Technical Data Package Of For Technical Manuals. (lt May, However, Be Used For Delivery Of Preliminary Tdp's Or Tm's). (7) As Specified In Block 8 Of The Dd Form 1423. (8) No Inspection Or Acceptance Required. No Dd Form 250 Or Letter Of Transmittal Required. Use Of The Symbol No Is Not Authorized For Data Comprising Technical Data Packages Or For Technical Manuals. (9) Inspection And Acceptance Requirements Specified Elsewhere In The Contract. block 8: Is The Approval Code - Items Of Critical Data Requiring Specific Advanced Written Approval Prior To Distribution Of The Final Data Item Will Be Identified By Placing An "a" In This Field. This Data Item Requires Submission Of A Preliminary Draft Prior To Publication Of A Final Document. When A Preliminary Draft Is Required, Block 16 Of The Dd Form 1423 Will Show Length Of Time Required For Government Approval/disapproval And Subsequent Turn-around Time For The Contractor To Resubmit The Data After Government Approval/disapproval Has Been Issued. Block 16 Will Also Indicate The Extent Of The Approval Requirements, E.g., Approval Of Technical Content And/or Format. block 9: Is The Distribution Statement Code Which Explains How The Government Can Circulate The Deliverable Item. The Definition Of Codes A, B, C, D, E, F Or X Is As Follows: A. Distribution Of The Item Is Unrestricted. B. Distribution Of The Item Is Limited To Agencies Only. C. Distribution Of The Item Is Limited To Contractors With A Cage Code And Have A Dd Form 2345 On File With The Defense Logistics Service Center (dlsc) Battle Creek, Mich. Or Government Activities. D. Distribution Of The Item Is Limited To Dod Activities And Dod Contractors Only. E. Distribution Of The Item Is Limited To Dod Components Only. F. Distribution Of The Item Is Restricted From Foreign Nations And Forign Nationals. block 10: Is The Frequency Which The Deliverable Item Is Expected To Be Delivered To The Government. The Abbreviations And Their Meaning. Annly Annually Asgen As Generated Asreq As Required Bi-mo Every Two Months Bi-we Every Two Weeks Daily Daily Dfdel Deferred Delivery Mthly Monthly One/r One Time With Revisions Qrtly Quarterly Semia Every Six Months Wekly Weekly Xtime Number Of Times To Be Submitted (1time, 2times...9times) Use Of These Codes Requires Further Explanation In Block 16 To Provide The Contractor With Guidance Necessary To Accurately Price The Deliverable Data Item. Other Abbreviations Not Appearing On The Above List May On Occasion Be Used In Block 10 Of The Dd Form 1423. When Other Abbreviations Are Used They Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 11: Is The Last Calendar Date, Expressed In Year/month/day Format, The Deliverable Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423 For An Item With A Block 10 Entry Indication A Single Delivery. If The Item Is To Be Submitted Multiple Times, The Number Stated Is The Number Of Calendar Days After The Frequency Cited In Block 10 The Item Is To Be Received By The Requiring Office Cited In Block 6 Of The Dd Form 1423. On Occasion The Deliverable Item Will Be Required To Be Submitted Prior To The End Of The Frequency Cited In Block 6. In That Event The Requirement Will Be Fully Explained In Block 16 Of The Dd Form 1423. block 12: Is The Date Of First Submission Of The Deliverable Item To The Requiring Office (block 4) Expressed In Year/month/day Format. The Abbreviations And Their Meaning Are As Follows: Asgen As Generated Asreq As Required Dac Days After Contract Date Dfdel Deferred Delivery Eoc End Of Contract Eom End Of Month Eoq End Of Quarter Specific Instructions For These Requirements Will Be Provided In Block 16. If The Deliverable Item Is Constrained By A Specific Event Or Milestone The Constraint Will Be Fully Explained In Block 16 Of The Dd Form 1423. "as Generated", "as Required", And "deferred Delivery" Will Always Be Fully Explained In Block 16. block 13: Is The Date Of Subsequent Submission Of The Deliverable Item, After The Initial Submission. Subsequent Submission Is Only Used To Indicate The Specific Time Period. The Data Is Required When Block 10 Of The Dd Form 1423 Indicates Multiple Delivery Is Required. This Does Not Apply To Resubmission Of A Deliverable Item That Has Been Reviewed By The Requiring Office And Determined To Be Only Conditionally Acceptable Or Unacceptable. block 14a: Will Contain The Activity Name(s) Where The Deliverable Item Is To Be Sent. If The Activity Is Other Than Dcmc Or Nspcc The Full Name, Address (including Code) Will Be Specified. That Specific Information Will Be Located In Block 16 Of The Dd Form 1423. block 14b: Is The Number Of Copies Of Draft And Or Final Copies To Be Submitted. When Final "repro" Copies Ar To Be Submitted Block 16 Will Clarify The Type Of Repro Copies Required. (e.g., Vellum, Negative, Etc.) block 15: Is The Total Of Each Type Of Copies To Be Submitted As Required By Block 14. block 16: Is The Block Used To Provide Additional Or Clarifying Information Blocks 1 Through 15. This Block Is Also The Only Area Used To Tailor The Document Listed In Block 4. Only Deletions To The Minimum Requirements Stated In The Document In Block 4 Are Allowed. Block 16 May Also Be Used To Specify The Medium For Delivery Of The Data. block 17: Is The Block Where The Bidder Or Offerer Is To Enter The Appropriate Price Group. The Price Group Are Defines As Follows: A. Group I - Data Which The Contractor Prepares To Satisfy The Government's Requirements. The Contractor Does Not Need This Type Of Data To Perform The Rest Of The Contract. Price Would Be Based On Identifiable Direct Costs, Overhead, General And Administrative (g&a) And Profit. B. Group Ii - Data Essential To Contract Performance Which Must Be Reworked Or Amended To Conform To Government Requirements. The Price For Data In This Group Would Be Based On The Direct Cost To Convert The Original Data To Meet Government Needs And To Deliver It, Plus Allocable Overhead, G&a And Profit. C. Group Iii - Data Which The Contractor Must Develop For His Own Use And Which Requires No Substantial Change To Conform To Government Requirements Regarding Depth Of Content, Format, Frequency Of Submittal, Preparation, And Quality Of Data. Only The Costs Of Reproducing, Handling And Delivery, Plus Overhead, G&a And Profit, Are Considered Inpricing Data In This Group. D. Group Iv - Data Which The Contractor Has Developed As Part Of His Commercial Business. Not Much Of This Data Is Required And The Cost Is Insignificant. The Item Should Normally Becoded "no Charge." An Example Is A Brochure Or Brief Manual Developed For Commercial Application Which Will Be Acquired In Small Quantities, And The Added Cost Is Too Small To Justify The Expense Of Computing The Charge That Otherwise Would Go With The Acquisition. block 18: Enter The Total Estimated Price Equal To That Portion Of The Total Price Which Is Estimated To Be Attributable To The Production Or Development For The Government Of That Item Of Data. The Entry "n/c" For "no Charge" Is Acceptable. date Of First Submission=asreq ;approval Of The Quality Inspection Plan By Nswc Philadelphia Division Is Required Prior To Production.; ;nswcpd Is The Acceptance Activity For Cdrl Data Item A001. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".; date Of First Submission=asreq ;supplier Format Is Acceptable.; ;approval Of The Certification By Nswc Philadelphia Division Is Required Prior To Shipment Of Production Lot Units.; ;nswcpd Is The Acceptance Activity For Cdrl Data Item A002. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".; date Of First Submission=asreq ;approval Of The Report By Nswc Philadelphia Division Is Required Prior To Shipment Of Production Lot Units.; ;nswcpd Is The Acceptance Activity For Cdrl Data Item A003. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".; date Of First Submission=asreq ;supplier Format Is Acceptable.; ;approval Of The Certification By Nswc Philadelphia Division Isrequired Prior To Shipment Of Production Lot Units.; ;nswcpd Is The Acceptance Activity For Cdrl Data Item A004. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;
Closing Date21 Feb 2025
Tender AmountRefer Documents 

U S SPECIAL OPERATIONS COMMAND USSOCOM USA Tender

Software and IT Solutions
United States
Details: Sam.gov Special Notice Commercial Solutions Opening (cso) H9241525x0001 us Special Operations Command (ussocom) Peo Sof Digital Applications (sda) section 1 – Introduction 1.1 Ussocom Special Operations Forces Acquisition, Technology, And Logistics (sof At&l) Seeks To Accelerate The Application Of Commercially Derived Software Innovation Into Deployable Warfighting Capabilities In Support Of Special Operations Forces (sof). Early Identification Of Warfighter Needs And Continuous Engagement With Users During Software Development And Fielding Will Support Increased Lethality And Efficiency. 1.2 In Order To Support Rapid Fielding Of Tailored Software Capabilities, Sof At&l Seeks To Award Far And Non-far Contracts And Agreements To Non-traditional And Traditional Defense Contractors To Carry Out Prototype Projects For Program Executive Office Sof Digital Applications (peo Sda) That Are Directly Relevant To Enhancing The Effectiveness Of Software Intensive Programs, Platforms, Components, Algorithms, And Processes. As Such, Under The Authority Of 10 Usc § 3458 And Dod Class Deviation 2022-o0007, Ussocom Sof At&l Releases This Commercial Solutions Opening. This Cso May Result In An Other Transaction Authority (ota) Or A Far-based Contract. 1.3 This Commercial Solutions Opening (cso) Will Make Awards To Proposals For Innovative, Commercial Technologies Through Multi-phased, Competitive Processes Throughout 2024 And 2025. Awards May Include Prototypes As Well As Concept Demonstrations, Pilots, And Agile Software Development Activities That Can Incrementally Improve Commercial Technologies, Existing Government-owned Capabilities, Or Concepts For Defense Application. Interested Vendors Should Note That All Of Peo Sda’s Programs Of Record Are Being Managed In Accordance With Dodi 5000.87, The Software Acquisition Pathway, For The Timely Acquisition Of Custom Software Capabilities Developed For The Dod. Programs Will Require Government And Contractor Software Teams To Use Modern Iterative Software Development Methodologies (e.g., Agile Or Lean), Modern Tools And Techniques (e.g., Development, Security, And Operations (devsecops)), And Human-centered Design Processes To Iteratively Deliver Software To Meet The Users’ Priority Needs. 1.3.1 Phase I: Solutions Will Be Sought On A Full-and-open Basis Under Certain Technology Areas Of Interest (aoi) Relevant To Sda Requirements. Initial Submissions Against 2024 And 2025 Aois Will Be Requested As Solution Briefs (sb). A Team Of Government Personnel Who Are Subject Matter Experts For The Given Aoi Will Evaluate Each Submission Independently Against Standard Criteria For Advancement To Phase Ii. The Government May Elect To Proceed Directly To Phase Iii After A Successful Phase I Evaluation. 1.3.2 Phase Ii: If A Phase Ii Evaluation Is Necessary, The Government Will Host Phase Ii Invitees So That Each Company Has A Standard Amount Of Time To Pitch / Demonstrate Its Proposed Solution To The Government Evaluation Panel And Hold Any Discussions Necessary For Evaluation. Discussions May Continue Outside Of The Pitch / Demonstration Session. Participation In Phase Ii Will Be Entirely At The Company’s Expense. Favorably Evaluated Pitches Will Receive A Request For Prototype Proposal (rpp) That Marks The Beginning Of Phase Iii. Note, Phase Ii Is Optional For The Cso Process, And May Not Always Be Conducted, Or May Not Be Required For Every Successful Phase I Submission. 1.3.3 Phase Iii: The Government Will Only Advance Companies To Phase Iii If It Intends To Award A Contract Or Agreement For The Proposed Solution. Companies Will Collaboratively Build Statements Of Work With The Government Team And Negotiate Contract/agreement Terms And Conditions For Award. 1.4 Technology Areas Of Interest (aoi): Specific Aois Will Be Posted And Advertised Intermittently When The Government Has Particular Interest In A Further Defined Problem Set For Software-intensive Capabilities. Technology Aois Will Only Be Posted For A Specified Amount Of Time Wherein Submissions Will Be Accepted. Additionally, Specific Aois Will Usually Have Funding Set-aside And Available To Immediately Make Awards For Favorably Evaluated Proposals Determined To Be In The Best Interest Of The Government. Examples Of Future Aois Are As Follows But Not Limited To: The Development Of Software Lifecycle Management Tools, Software Process Improvement/education, Automation Tooling For Data Ingestion/tagging, And Innovating Novel Approaches To Machine Learning (ml) Ops Processing. 1.5 This Notice Fulfills Synopsis Requirements. Synopsis Under Far Subpart 5.2 Of The Individual Contract Actions For Aois Under This Cso Is Not Required. All Technology Aois Will Be Publicized At Https://www.sofwerx.org. Announcements Of Individual Contract Actions For Aois Under This Cso Made At The Sofwerx Website Are Considered To Satisfy Reasonable Efforts To Obtain Competition In Accordance With 10 U.s.c. § 4021 And 4022 (b)(2). section 2 – Guidelines For Solution Briefs, Pitches, And Proposals 2.1 The Purpose Of The Solution Brief Is To Identify Innovative Solutions And Preclude Effort On The Part Of The Company Whose Proposed Work May Not Be Of Interest To The Government. Companies Are Encouraged To Follow The Instructions Detailed Below. The Government Aims To Provide An Evaluation Response Nlt The Specified Evaluation Completion Date After The Submission Against Specific Aois. 2.2 Submissions Will Not Be Returned. The Original Of Each Submission Received Will Be Retained By Ussocom And All Other Non-required Copies Destroyed. 2.3 Guidelines For Solution Brief Submissions: 2.3.1 It Is Generally Desired That Active Research And Development (r&d) And Technology Application Is Underway For Potential Solutions Submitted Under This Cso. Active R&d Includes Analytical Studies And Laboratory Studies To Physically Validate The Analytical Predictions Of Separate Elements Of The Technology, As Well As Software Engineering And Development. Technology Application In This Case Refers To A Variety Of Methods To Validate Dissimilar Capabilities That May Be Modified To Meet A Need. 2.3.2 Costs Of Preparing And Submitting Solution Briefs Are At The Company’s Expense. 2.3.3 Unnecessarily Elaborate Brochures Or Proposals Are Not Desired. 2.3.4 An Overview Diagram(s) Or Figure(s) To Depict The Proposed Solution Is Strongly Encouraged. 2.3.5 Multiple Solution Briefs Addressing Different Technology Aois May Be Submitted By The Same Organization; However, Each Solution Brief May Only Address One Solution Based On The Specific Aoi. 2.3.6 The Period Of Performance For Any Solution Brief Or Proposal Submitted Under This Cso Should Generally Be No Greater Than 24 Months. 2.3.7 Technical Data With Military Application May Require Appropriate Approval, Authorization, Or License For Lawful Exportation. 2.3.8 All Solution Briefs Shall Be Unclassified. Solution Briefs Containing Data That Is Not To Be Disclosed To The Public For Any Purpose Or Used By The Government Except For Evaluation Purposes Shall Include The Following Sentences On The Cover Page: “this Solution Brief Includes Data That Shall Not Be Disclosed Outside The Government, Except To Contractor Support Services Personnel For Evaluation Purposes, And Shall Not Be Duplicated, Used, Or Disclosed -- In Whole Or In Part -- For Any Purpose Other Than To Evaluate This Submission. If, However, An Agreement Is Awarded To This Company As A Result Of - Or In Connection With - The Submission Of This Data, The Government Shall Have The Right To Duplicate, Use, Or Disclose The Data To The Extent Agreed Upon By Both Parties In The Resulting Agreement. This Restriction Does Not Limit The Government's Right To Use Information Contained In This Data If It Is Obtained From Another Source Without Restriction. The Data Subject To This Restriction Are Contained In Sheets [insert Numbers Or Other Identification Of Sheets] And Each Restricted Data Sheet Should Be Marked As Follows: “use Or Disclosure Of Data Contained On This Sheet Is Subject To The Restriction On The Title Page Of This Proposal.” 2.3.9 Foreign-owned Businesses May Be A Submitter Alone Or Through Some Form Of Teaming Arrangement With One Or More United States-owned Businesses. However, The Ability To Obtain An Agreement Based Upon A Submission May Depend Upon The Ability Of The Foreign Owned Business To Obtain Necessary Export Clearances And Approvals To Obtain Aoi Information. 2.3.10 Questions Regarding The Objectives Or Preparation Of The Solution Brief Should Be Addressed To The Poc Provided In Individual Aoi Instructions. 2.3.11 When A Call For Cso Technology Aois Is Publicized Via Sofwerx, Solutions Must Be Submitted Electronically Per Instructions In The Announcement. 2.4 Solution Brief Preparation And Evaluation Will Generally Follow The Below Guidelines. Any Required Deviations To The Below Guidelines Will Be Provided In The Specific Aoi. Submitter’s Solution Brief Should Not Exceed Five (5) Pages Using Twelve (12)-point Font. Alternatively, Solution Briefs May Take The Form Of Slides, Which Should Not Exceed Ten (10) Slides. These Limits Are Not Requirements, But Strong Recommendations. 2.4.1 Solution Brief Content: • Title Page (does Not Count Against Page Limit) - Company Name, Title, Date, Technical And Business Points Of Contact, E-mail Address, Phone, And Address. • Executive Summary (one Page) - Provide An Executive Summary Of The Technology. • Overview Diagram Or Figure. • Technology Solution: Describe The Unique Aspects Of Your Technology And The Proposed Work As It Relates To The Specific Aoi. Identify Whether The Effort Includes The Pilot Or Demonstration Of Existing Commercial Technology (identified As Commercially Ready And Viable Technology), Or The Development Of Technology For Potential Commercial Or Defense Application. If Development Or Adaptation Is Proposed, Identify A Suggested Path To Mature The Technology To Meet The Stated Need. • Company Viability: Provide A Brief Overview Of The Company Including Summary Of Current Fundraising To Date Or A Summary Of The Top Line (gross Sales/revenues). Provide A Summary Of Product Commercialization And Go-to-market Strategy. 2.4.2 Solution Brief Basis Of Evaluation: Individual Solution Briefs Will Be Evaluated Without Regard To Other Submissions Received Under This Announcement Against The Following Criteria: • Technical Merit – Feasibility And Relevancy Of The Proposed Solution To Address The Challenges In The Aoi. • Innovation – Degree To Which The Government Finds The Company’s Approach To Be Compelling And/or The Underlying Technology To Be Unique, Underutilized And/or Unconventional Application Of Interest To Special Operations. • Additional Technical Criteria Specific To Be A Particular Project May Be Used. In These Instances, The Criteria Will Be Posted With The Aoi Announcement On The Sofwerx Website. The Government May Also Use External Market Research In The Evaluation. 2.4.3 After Evaluation Of A Solution Brief, The Government May Elect To Invite A Company To Pitch And/or Demonstrate Their Technology In Person Or Request Additional Information From The Company. 2.5 Pitch And/or Demonstration Content: The Pitch And/or Demonstration Should Provide More Details On The Technical Merit And Business Viability Of The Proposed Solution Submitted In The Solution Brief. Regardless Of Format, The Pitch And/or Demonstration Must Also Address: • Technical Merit, Feasibility And Relevancy Of The Proposal To Address Government Needs In The Aoi • Unique Aspects Of The Solution That Are Under-utilized Or Innovative For Sof Application • Operational Impact Stating Intended Sof End Users And How The Solution May Be Assessed Within The Most Operationally Relevant Environment Possible • Rough Order Of Magnitude (rom) Price And Notional Schedule Including Key Technical Goals And Milestones For Measuring Success. • Impact Of Data Rights And Intellectual Property Assertions. • Company Viability the Government May Request Additional Information Outside Of The Pitch/demonstration. 2.6 Pitch And/or Demonstration Basis Of Evaluation: Individual Pitch And/or Demonstration Will Be Evaluated Without Regard To Other Presentations Under This Announcement On The Following Factors: • Technical Merit • Relevancy To The Specific Aoi • Business Viability • Innovation • Cost • Schedule • Data Rights/intellectual Property 2.7 Solutions Will Be Evaluated On Their Merit In Addressing The Aoi And The Factors Above. Submissions Will Be Valid For 180 Calendar Days After The Phase Ii Pitch. The Government Aims To Complete Evaluations Within 30 Calendar Days And Notify The Company That: 1) Solution Has Been Selected For Possible Award And Invited To Begin Collaboration On A Performance Work Statement; 2) The Solution Is Not Of Interest At This Time; Or 3) The Solution Is Of Interest, But Not Eligible To Move Forward Due To Availability Of Government Resources. In That Case, The Company May Be Notified Within 180 Days If Additional Become Available. All Companies Will Receive Phase Ii Notification, However, Only Favorably Evaluated Pitches / Demonstrations Will Enter Phase Iii And Receive A Request For Prototype Proposal (rpp) Or Request For Proposal (rfp). 2.8 Proposal Preparation: Rpps Or Rfps Will Include Preparation Instructions For Prototype Proposals. For Proposed Ots, During This Phase Companies Will Collaboratively Develop A Pws With The Government Teams For Their Specific Projects And Negotiate Terms And Conditions Into Their Agreements. section 3 - Award 3.1 Only Warranted Contracting Officers And Agreement Officers May Obligate The Government And Issues Awards For Contracts Or Other Transaction Agreements. 3.2 Awards Made Under This Cso Will Be Either Far-based Firm Fixed-price Contracts Or Ot Agreements Under 10 U.s.c § 4022 For Prototypes Projects With Potential Follow-on Non- Competitive Production Agreements. Multiple Awards May Be Made To Pursue Dissimilar Solutions Should They All Meet The Technical Criteria And Funds Are Available. 3.3 Ot Agreements And Far Based Contracts Entered Into Using The Authority At 10 U.s.c. § 3458 Will Be Fixed-priced, Including Fixed-price Incentive Fee Contract Type. 3.4 In The Event An Ot Agreement Is Awarded Under 10 U.s.c § 4022 For A Prototype Project, A Follow-on Production Contract Or Agreement May Be Awarded To The Prototype Project Recipient In A Non-competitive Manner Upon Completion Of The Prototype Project. Completion Of A Prototype Contract Occurs When All Successful Completion Criteria Contain In The Ot Agreement Are Met, As Determined By The Agreements Officer. 3.5 To Receive An Award, Companies Must Be A Registered Entity In The System For Award Management (sam). This System Verifies Identity And Ensures That Payment Is Sent To The Right Party. The Link Can Be Found Here: Https://sam.gov/sam/ 3.6 In General, To Invoice And Receive Payment, Companies Must Register In Wide Area Workflow (wawf). The Contracting Officer/agreement Officer Will Provide Wawf Assistance During Phase Iii. section 4 – Prototype-to-production 4.1 Iterative Prototyping. Prototype Otas Awarded Against This Cso Will Allow For An Iterative Prototyping Process. The Government And The Company Will Work Together To Allow The Adaptation And Modification Of The Technology Being Prototyped To Meet Additional Unique And Discrete Purposes And Mission Sets Generated By The Original Sof End User Or Other Organizations With The Federal Government. 4.2 Successful Completion. The Prototype Project Is Successfully Complete When The Government Determines That The Company Met All Successful Completion Criteria Contained In The Prototype Ot Agreement. 4.3 Option For Follow On Production. Upon Successful Completion Of The Prototype Project, The Government And The Company May Negotiate A Follow-on Production Contract Or Agreement Without Further Competition. Technical Aois Under This Cso And Prototype Ota Awards Will Include Language Providing For The Potential Award Of A Follow-on Production Contract Or Agreement As Authorized Under 10 Usc § 4022(f). section 5 - Non-government Advisors non-government Advisors May Be Used In The Evaluation Of Solution Briefs And Proposals And Will Have Signed Non-disclosure Agreements (ndas) With The Government. The Government understands That Information Provided In Response To This Cso Is Presented In Confidence And May Contain Trade Secret Or Commercial Or Financial Information, And It Agrees To Protect Such Information From Unauthorized Disclosure To The Maximum Extent Permitted And As Required By Law. section 6 - Contact Information be Advised, Only A Contracting Officer/agreement Officer Has The Authority To Enter Into A Binding Agreement On Behalf Of The Government And Has Exclusive Authority To Change The Terms Of A Contract Or Agreement. Inquiries May Be Sent To The Contracting / Agreement Officer For This Cso Announcement. section 7 - Definitions innovative: “innovative” Is Defined As: (1) Any Technology, Process, Or Method, Including Research And Development, That Is New As Of The Date Of Submission Of A Proposal; Or (2) Any Application That Is New As Of The Date Of Submission Of A Proposal Of A Technology, Process, Or Method Existing As Of Such Date. non-traditional Defense Contractor (ndc): An Entity That Is Not Currently Performing And Has Not Performed, For At Least The One-year Period Preceding The Solicitation Of Sources By Dod For The Procurement Or Transaction, Any Contract Or Subcontract For The Dod That Is Subject To Full Coverage Under The Cost Accounting Standards Prescribed Pursuant To Section 1502 Of Title 41 And The Regulations Implementing Such Section (see 10 U.s.c. 2302(9)). other Transaction Agreement (ota): Legally Binding Instruments Not Subject To The Requirements Of The Federal Acquisition Regulation (far) Obligating The Government For A Purpose Iaw 10 Usc § 4022. procurement Contract. A Contract Awarded Pursuant To The Federal Acquisition Regulation. prototype Project: Prototype Project Addresses A Proof Of Concept, Model, Reverse Engineering To Address Obsolescence, Pilot, Novel Application Of Commercial Technologies For Defense Purposes, Agile Development Activity, Creation, Design, Development, Demonstration Of Technical Or Operational Utility, Or Combinations Of The Foregoing. A Process, Including A Business Process, May Be The Subject Of A Prototype Project. Although Assistance Terms Are Generally Not Appropriate In Ot Agreements, Ancillary Work Efforts That Are Necessary For Completion Of The Prototype Project, Such As Test Site Training Or Limited Logistics Support, May Be Included In Prototype Projects. A Prototype May Be Physical, Virtual, Or Conceptual In Nature. A Prototype Project May Be Fully Funded By Dod, Jointly Funded By Multiple Federal Agencies, Cost-shared, Funded In Whole Or Part By Third Parties, Or Involve A Mutual Commitment Of Resources Other Than An Exchange Of Funds.
Closing Date1 Dec 2026
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 | 11/12/2024. The Provisions At 52.212-1, 52.212-2, 52.212-3 And The Clauses At 52.212-4, 52.212-5 Apply To This Acquisition; No Addenda Are Attached. this Is An All-or-none Requirement And Partial Proposals Will Be Deemed Unresponsive And Will Not Be Evaluated. the Government Will Award To The Responsible Offeror Whose Offer Conforms To The Requirements As Stated In The Solicitation And Is Most Advantageous To The Government Based On The Criteria Listed In Section L And Section M Of The Solicitation. offerors Must Be Registered In Sam And All Responsible Sources May Submit A Proposal Which, If Timely Received, Will Be Considered By The Agency. Proposals Are Due No Later Thanthe Response Date In The Posting. Responses/offers Shall Be Submitted Electronically, Pdf Or Ms Word Formatto The Email Address In The Posting. any Amendment(s) Issued To This Request For Proposals (rfp) Will Be Published On This Website. Therefore, It Is The Offerors Responsibility To Visit This Website Frequently For Updates On This Procurement. No Telephone Requests. All Requests Must Include Company Name, Address, Poc Name, Telephone Number, Fax Number, Cage Code, Tax Id Number, Business Size, County And Duns Number. amendment 0001 Ssued On December 18, 2024. The Purpose Of The Amendment Is To Extend The Solicitation Due Date To January 31st, 2025 At 10:00am. amendment 0002 Ssued On January 29, 2025. The Purpose Of The Amendment Is To Extend The Proposal Due Date To February 14th, 2025 At 10:00am. note:the Deadline For Receipt Of Questions Is 12 Calendar Days Following The Issuance Of This Solicitation.although Every Effort Will Be Made, The Government Makes No Guarantee That Questions Received After The Date Above Will Be Answered.
Closing Date14 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Chemical Products
United States
Description: Contact Information|4|n774.9|cfa|717-605-1339|darian.m.holley.civ@us.navy.mil| higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|iso9001| inspection Of Supplies--fixed-price (aug 1996)|2||| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report Combo|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg| 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|||||| annual Representations And Certifications (may 2024)|13|334511|1350|x|x|||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Darian.m.holley.civ@us.navy.mil. b. General Requirements: Mil-std Packaging, Government Source Inspection Required. c. All Freight Is Fob Origin. d. This Rfq Is For A Buy/procurement. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding. e. Only A Firm-fixed Price (ffp) Will Be Accepted. f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization. g. Your Quote Should Include The Following Information For Justification Purposes: - New Procurement Unit Price____________________ - Total Price _____________________ - Procurement Delivery Lead Time (ptat) _________________ Days - Award To Cage _______________ - Inspection & Acceptance Cage, If Not At Award To Cage _____________ - Cost Breakdown Requested, Including Profit Rate (if Feasible). - Quote Expiration Date _______________ (90 Days Minimum Is Requested). h. Important Traceability Notice: if You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide An Official Letter And/or Email From The Oem Confirming That Your Company Is An Authorized Distributor Of Their Items. evaluation Factors: evaluation Utilizing Simplified Acquisition Procedures The Government Will Issue An Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And A Non-price Factors. The Following Factors Will Be Used To Evaluate quotations In Order Of Relative Importance: 1) Price. 2) Past Performance. The Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine The Following As Appropriate: Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, communications Between Contracting Parties, And Customer Satisfaction. 3) Supplier Performance Risk As Described In Dfars 252.204-7024. (end Of Provision) \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Joint Band Assembly . 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 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made. 2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Text Of This Contract/purchase Order Shall Take Precedence. Nothing In This Contract/purchase Order, however, Shall Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. drawing Data=ws22351 |53711| H| |d|0001 | H|49998|1360417 drawing Data=2507316 |10001|ae|fn |d|0001 |ae|49998|0052110 drawing Data=2507388 |10001| P|fn |d|0001 | P|49998|0012100 drawing Data=2507388 |53711| R|pl |d|0001 | R|49998|0129652 drawing Data=5759547 |53711| D|fn |d|0001 | D|49998|0129443 drawing Data=6146821 |53711| E|fn |d|0001 | E|49998|0086427 drawing Data=6146923 |53711| J|fn |d|0001 | J|49998|0024783 document Ref Data=mil-std-129 | | |p |041029|a| |03| document Ref Data=iso9001 | | | |010417|a| | | document Ref Data=mil-std-973 | | | |950113|a| |03| 3. Requirements 3.1 Design, Manufacture, And Performance - Except As Modified Herein, the Joint Band Assembly Furnished Under This Contract/purchase Order Shall Meet The design, Manufacture, And Performance Requirements Specified On Drawing ;2507388; cage ;10001; . 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-129; . 3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When The Contractor Has Received Authorization On A Prior Contract For The Same Nsn For The Use Of A Drawing Of A Later Revision Status, That Authorization Is Hereby Extended To All Succeeding Contracts/purchase Orders Until another Drawing Revision Is Approved. The Contractor Will Notify The Pco Of This Occurrence In Each Instance, In The Response To The Solicitation. Such Notification Shall Be In Writing Setting Forth The Contract Under Which The Prior Authorization Was Granted, the Date Of The Granting Of The Authorization, And The Name Of The Granting Authority. Contractors Shall Also Refer Technical Inquiries (other Than Those Covered By Mil-std-973) On Company Letterhead Signed By A Responsible Company Official, With Copies Distributed As Stated Below. The Original And Two Copies Of All Contractor Generated Correspondence Regarding Configuration Shall Be Submitted To Contracting Officer, Navicp-mech, P.o. Box 2020, Mechanicsburg, Pa 17055-0788. Contractors Are Cautioned That Implementing Engineering Changes, Waivers, Deviations Or Technical Inquiries Into The Contract/purchase Order Without Approval Of The Contracting Officer Will Be At The Sole Risk Of The Contractor. 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 Quality System Requirements - The Supplier Shall Provide And Maintain A Quality System Acceptable To The Government. The Quality System Requirements Shall Be In Accordance With Iso 9001. 4.2.1 ;suppliers Currently Using And Maintaining Inspection System Requirements To mil-i-45208 Are Granted Permission To Utilize This If Desired.; 4.3 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.4 Records Of Inspection - (this Requirement Is Not Applicable To Government Purchase Orders) Records Of All Inspection Work Performed By The Contractor, As Referenced Elsewhere In This Contract, Shall Be Kept Complete And Available To The Government During the Performance Of The Contract And For A Period Of Four Years After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In 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. They May 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 Contract Number, 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 Navicp-mech 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 From: Commanding Officer Navicp-mech 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: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
Closing Soon11 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|navsup|and|717-605-7043|daniel.c.shepley.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance Of Supplies|26||||||||||||||||||||||||||| time Of Delivery (june 1997)|20|clin 0001|12|155 Days Aro|||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|combo|n/a|to Be Determined (tbd)|n00104|tbd|tbd|see Schedule|tbd|||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| 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||||| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| progress Payments (nov 2021)|4||||| limitation Of Liability--high-value Items ($100k)(feb 1997)|1|| limitations On Pass-through Charges (jun 2020)|1|| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| list Of Award Attachments|5|||||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4||||| buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| certification Regarding Knowledge Of Child Labor For Listed End Products(feb 2021))|4||||| annual Representations And Certifications (may 2024)|13|334290|800|||||||||||| cost Accounting Standards Notices And Certification (deviation 2018-o0015)(may 2018))|1|| requirements For Submission Of Proposals Via Electronic Media (jan 2018)|1|electronic Mail: Excel And Word| type Of Contract (apr 1984)|1|firm-fixed Price (ffp)| 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|| all Freight Is Fob Origin. this Solicitation Is For A Buy. Verify Nomenclature, Part Number, And Nsn Prior To Responding. government Source Inspection Is Required. o Unit Price: __________ Firm o Extended Total Price: __________ Firm o Offer Valid For: ________ (days) (desired Is 210 Days / Minimum Is 180) o Procurement Turnaround Time In Days (ptat / Lead Time): __________ o Awardee Cage: __________ o Government Source Inspection Cage, If Not At Source: __________ o Final Acceptance / Packaging Cage, If Not At Source: __________ o Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example): ________________ important Traceability Notice: If You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide A Letter/official Email From The Oem Confirming Your Company Is Authorized As An Authorized Distributor Of Their Items. submit Your Offer No Later Than Due Date And Time Specified In The Solicitation. Late Proposals Will Not Be Accepted. offerors Should Submit All Questions No Later Than One (1) Week Prior To The Initial Solicitation Closing Date. The Government Is Not Required To Answer Questions Received After This Date. Unless Otherwise Stated In An Amendment, Extensions To The Solicitation due Date Will Not Extend The Date For Questions From Potential Offerors. the Government Intends To Award A Single Contract Under This Request For Proposal (rfp). The Government Also Intends To Award Without Discussion, So All Questions Or Requested Amendments Should Be Addressed Prior To Closing. The Government Reserves The Right To contact Offerors For Clarification, Or Conduct Discussions If The Procurement Contracting Officer Determines Discussions Necessary In Accordance With Far 15.306(a). \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Nrp,processor,signa . 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 Nrp,processor,signa Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;03538 77c734590g2; 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 Soon7 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: Special Notice N0016425snb24 agency: Department Of The Navy office: Naval Sea Systems Command location: Nswc Crane Division classification Code: Ac13 – National Defense R&d Services; Department Of Defense – military; Experimental Development naics Code: 334419 – Other Electronic Component Manufacturing response Due Date: 10 February 2025 request For Solutions: ship Antenna Optimization 1. Purpose this Special Notice Is Issued To Provide Awareness Of The Release Of A Request For Solutions (rfs) For An Other Transaction Project In Accordance With 10 U.s.c. 4022. The Rfs Title Ship Antenna Optimization Has Been Issued As Part Of The Strategic & Spectrum Missions Advanced Resilient Trust Systems (s2marts) Consortium Managed By National Security Technology Accelerator (nstxl) And Administered By The Naval Surface Warfare Center, Crane Division. 2. Background And Summary 2.1 Other Transaction Consortium vendors Interested In Responding To This Rfs Must Be Members Of The Strategic & Spectrum Missions Advanced Resilient Trusted Systems (s2marts) Consortium Crane. Interested Parties May Visit S2marts.org For Membership Information. 2.2 Project Overview the Existing Antennas Are Part Of A Backpack Deployable System That Does Not Provide The Necessary Radiofrequency (rf) Radiation Pattern Or Sufficient Gain To Meet Mission Requirements. Thus, It Is Imperative To Utilize High-gain Directional Antennas With Appropriate Radiation Patterns, Which Can Be Permanently Installed In A Shipboard Environment. At Present, A Man-portable Backpack System Is Employing Omnidirectional Antennas That Do Not Possess The Requisite Rf Radiation Pattern Or Sufficient Gain To Satisfy Mission Requirements. Therefore, The Project Aims To Develop Antennas That Can Be Permanently Installed In A Shipboard Environment While Fulfilling Both Performance And Environmental Standards. please Visit The S2marts Website At Https://s2marts.org/ To Review Additional Information. contracting Office Address: 300 Hwy 361 crane, In 47522 united States point Of Contact.: kayla Jones kayla.n.jones34.civ@us.navy.mil 812-381-7162
Closing Soon10 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: The Regional Maintenance Center At Puget Sound Naval Shipyard And Intermediate Maintenance Facility (psns And Imf), Bremerton, Washington Intends To Award A Stand-alone Firm-fixed-price Contract To Accomplish Maintenance, Repair, And Preservation Of One (1) Harbor Tug, Manhattan (yt-800). the Yt-800 Characteristics Are 109 Ft Length, 31 Ft Width, 14 Ft Draft, 356 L Tons Displacement, 283 L Tons Light Load, 60 Years Of Age, And Hull Material Is Steel. the Contractors Facility Must Possess The Capability Of Accommodating One (1) Harbor Tug, Manhattan (yt-800) With The Dimensions As Stated Above. To Facilitate Proper Government Oversight, The Facility Shall Be Located In The Puget Sound, Wa Region. For This Procurement, The Puget Sound, Wa Region Is Defined As The West Coast Of The Continental Us, Starting From Olympia, Wa And Extending Northward To Bellingham, Wa. scope Overview: Coordinate With The Contracting Officer, Via The Contracting Officers Representative (cor) To Deliver The Vessel To The Contractors Facility. Upon Docking Vessel, Wash, Clean, And Perform Hull Maintenance Work To The Vessel. Blast And/or Preserve The Hull And Various Locations. Perform Visual And Ultrasonic Inspections Throughout The Vessel. Perform Various Electrical, Electronic, Mechanical, Plumbing, And Piping System Repair Tasks. Accomplish Engine, Generator, And Schottel Propulsion Maintenance And Repair Work. Accomplish Alteration Yt 800-0100d. Alterations To Include The Following Items: New Generator Set Foundations, Deck Plate Modifications, New Duplex Filter Foundations, Modify Electrical Distribution System, Ic (interior Communications) Alarm System Alterations, Replace Piping And Valves For The Fuel Oil And Engine Cooling Water. Replace All Fendering Hardware. All Work Will Be Accomplished At Contractor?s Facilities. See Paragraph 4.0 For Government Furnished Material (gfm). Undock The Vessel. Arrange And Coordinate The Delivery Of The Vessel Back To The Government With The Contracting Officer Via The Cor. the Vessel Availability Is Scheduled To Be 02 June 2025 To 26 September 2025.this Is A 100% Small Business Set-aside Under The North American Industry Classification System (naics) 336611, Size Standard 1,300 Employees. All Offerors Must Be Registered With The System For Award Management (sam) To Receive Award Of Government Contracts. Offerors Are Advised Also That Sam Representations And Certifications Can Be Completed Electronically Via The System For Award Management Website At Https://www.sam.gov.
Closing Date3 Mar 2025
Tender AmountRefer Documents 
9561-9570 of 10000 active Tenders