Website Tenders
Website Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|taylor Fasching, N741.9|gdh|see Email|taylor.m.fasching.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To Extend The Closing Date To 18 February
2025.
all Other Terms And Conditions Remain The Same.
this Is A Ffp Unit Procurement Price To Acquire 10 Each Valve, Regulating, Synsn 7hh 4820 011964230. This Is The Only Nsn Authorized For Procurementagainst This Procurement Order.
the Period Of Performance Is 180 Days From The Date Of This Order. The Vendorwill Make Every Effort To Deliver Prior To The Established Delivery Date Ofthis Order At No Cost Or Liability To Either Party. Early And Incrementaldeliveries Are Authorized.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
this Is A Rated Order Certified For National Defense Use, And The Contract Will Follow All The Requirements Of The Defense Priorities And Allocations System Regulation (15 Cfr 700). The Following Applies To This Purchase Order:
dcma Must Provide Inspection And Acceptance Of All Unit(s) Under This Contract Prior To Shipment. Failure To Ensure Dcma Inspection And Acceptance Occurs Prior To Shipment Will Prevent Or Delay Payment.
contractor Poc Name: ________________
phone Number: _______________
email: _______________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,regulating,sy .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Valve,regulating,sy Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;78062 20859-001;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Soon6 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|navsup|hs0|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|211|265 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|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
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||||||||
buy American - Free Trade Agreements - Israeli Trade Act (nov 2023)|4|||||
list Of Award Attachments|5||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
small Business Program Representations (feb 2024)|4|||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-free Trade Agreements--israeli Trade Act Certificate (nov 2023)|3||||
certification Regarding Knowledge Of Child Labor For Listed End Products(feb 2021))|4|||||
annual Representations And Certifications (may 2024)|13|335312|1250||||||||||||
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 Airflow Indicator A .
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 Airflow Indicator A Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;12763 62413-100
12763 62413-100 Rev C;
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 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
INDIAN HEALTH SERVICE USA Tender
Healthcare and Medicine
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Description: Amendment Two (2) - The Solicitation Due Date Has Been Extended To 02/07/2025 To Reference New X-ray Model/part Number. Responses To Additional Questions And Amended Answers To Questions In Accordance To Rfq Are Included In The Attachment/link Area. See Attachment "ncsu Dental X-ray Machine Q&a Part 2". amendment One (1) - The Solicitation Due Date Has Been Extended To 01/24/2025 To Promote Competition. Responses To Questions In Accordance To Rfq Are Included In The Attachement/link Area. See Attachment "ncsu Dental X-ray Machine Q&a" 1. This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) 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. 2. The Northern Cheyenne Service Unit, Indian Health Service (ihs) Intends To Award A Firm-fixed Price, Commercial Item, Purchase Order In Response To Request For Quote (rfq) 75h709-nc25q-001. This Is A Rfq Only And In No Way Obligates The Government To Award A Purchase Order Or To Reimburse Offeror(s) For Any Costs Incurred In Preparing Their Quote. 3. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01. 4. This Rfq Is 100% Indian Small Business Economic Enterprise (isbee) Set-aside And The Associated Naics Code Is 334517, Which Has A Small Business Standard Of 1,200 Employees. 5. The Unit Pricing Must Be All Inclusive (to Include But Not Be Limited To Travel, Lodging, Per Diem, Fringe Benefits, Federal, State And Local Taxes) Plus All Other Costs Pertinent To The Performance Of This Purchase Order. Utilize Your Most Competitive And Reasonable Rates. Brand Name Or Equal Items. New Equipment Only. No Remanufactured Or Refurbished Items. 6. 3d Cone Beam X-ray Machine, Software, Removal & Installation/training.(see Attached Spec Sheet) line Item Description Amount Dexis Op 3d Pro, P/c, 13x15, Left Ceph Machine Invivo 6 Software Installation And Training Of Equipment Service 7. Delivery: Northern Cheyenne Service Unit, 420 North Cheyenne Avenue, Lame Deer, Mt 59043. The Delivery Period Is: Sixty (60) Days From Date Of Award 8.far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023). quotes Shall Be Submitted On Company Letterhead Stationery, Signed, Dated And It Shall Include: solicitation Number 75h709-nc25q-001. closing Date: January 10th, 2025 At 12:00 Pm Mt name, Address And Telephone Number Of Company And Email Address Of Contact Person. technical Description Of The Item/service Being Offered In Sufficient Detail To Evaluate Compliance With The Requirements Of The Solicitation. This May Include Product Literature, Or Other Documents, If Necessary. terms Of Any Express Warranty price And Any Discount Terms “remit To” Address, If Different Than Mailing Address. a Completed Copy Of The Representations And Certifications At Far 52.212-3 acknowledgment Of Solicitation Amendments (if Any Issued) include A Statement Specifying The Extent Of Agreement With All Terms, Conditions, And Provisions Included In The Solicitation. Offers That Fail To Furnish Required Representations Or Information, Or Reject The Terms And Conditions Of The Solicitation May Be Excluded From Consideration. completed And Signed Indian Firm Representation Form 9. Basis Of Award: - Lowest Price, Technically Acceptable (lpta). Lpta Factors In Determining The Successful Contractor: - Provide Brand Name Or Equal Items Listed Scope And Spec List. - Meet The Delivery Schedule, Offerors Are Encouraged To Propose For The Entire Effort Specified Herein - Completed And Signed Indian Firm Representation Form 10. Far 52.212-3 Offer Representations And Certifications-commercial Products And Commercial Services (may 2024) See Attachment For Full Text. 11.far 52.212-4 Contract Terms And Conditions-commercial Commercial Products And Commercial Services (nov 2023) Applied To This Acquisition And It’s Incorporated By Reference. 12.far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Commercial Products And Commercial Services (nov 2024) See Attachment For Full Text. 13. Attached Are The Federal Acquisition Regulations (far) & Health & Human Services Acquisition Regulation (hhsar) Clauses That Are Applicable. 14. Submit Quote To: indian Health Service attn: Vincent Hansen, Contract Specialist email: Vincent.hansen@ihs.gov questions In Regards To This Solicitation Shall Be Submitted By Email. The Last Day To Submit Questions Is December 2nd, 2024, 12pm, Mst. acceptance Period: Your Quote Must Stipulate That It Is Predicated Upon All The Terms And Conditions Of This Rfq. In Addition, It Must Contain A Statement To The Effect That It Is Firm For A Period Of At Least 90 Days From The Date Of Receipt By The Government. quoters Will Need A Uei Number, Tin Number And Be Registered And Have An Active Registration With The System For Award Management (sam). the Contractor Must Provide Only New Equipment And New Parts For The Required Products Described Herein; No Used, Refurbished, Or Remanufactured Equipment Or Parts Shall Be Provided Under Any Circumstances. Absolutely No “gray Market Goods” Or “counterfeit Electronic Parts” Shall Be Provided. Gray Market Goods Are Defined As Genuine Branded Goods Intentionally Or Unintentionally Sold Outside Of An Authorized Sales-territory Or By Non-authorized Dealers In An Authorized Territory. All Equipment Shall Be Accompanied By The Original Equipment Manufacturers (oem’s) Warranty. Counterfeit Electronic Parts Are Defined As Unlawful Or Unauthorized Reproduction, Substitution, Or Alteration That Has Been Knowingly Mismarked, Misidentified, Or Otherwise Misrepresented To Be An Authentic, Unmodified Electronic Part From The Original Manufacturer, Or A Source With The Express Written Authority Of The Original Manufacturer Or Current Design Activity, Including An Authorized Aftermarket Manufacturer. Unlawful Or Unauthorized Substitution Includes Used Electronic Parts Represented As New, Or The False Identification Of Grade, Serial Number, Lot Number, Date Code, Or Performance Characteristics. “the Office Of Management And Budget (omb) Mandates That U.s. Federal Agencies Use The Internet Protocol Version 6 (ipv6). In November 2020, Omb Issued Memorandum M-21-07 "completing The Transition To Ipv6",which Outlines The Federal Government's Strategic Intent "to Deliver Its Information Services, Operate Its Networks, And Access The Services Of Others Using Only Ipv6". The Ihs Requires All New It Systems (hardware And Software) To Operate In A Pure Ipv6 Network Environment. This Includes On-premises Services Or Third-party Hosted Services That Require Network Integration Into The Ihs Network. The Offeror's Solution Shall Comply With The Ipv6 Standards Profile As Defined By The Nist Usgv6 Program: Https://www.nist.gov/programs-projects/usgv6-program”. in Compliance With The Office Of Management And Budget (omb) M-15-19 Memorandum “improving Government Efficiency And Saving Taxpayer Dollars Through Electronic Invoicing” Directing Federal Agencies To Adopt Electronic Invoicing As The Primary Means To Disburse Payment To Vendors. Invoices Submitted Under Any Award Resulting From This Solicitation Will Be Required To Utilize The Invoice Processing Platform (ipp) In Accordance With Hhsar 352.232-71, Electronic Submission And Processing Of Payment Requests” ipp Is A Secure, Web-based Electronic Invoicing System Provided By The U.s. Department Of The Treasury’s Bureau Of The Fiscal Service, In Partnership With The Federal Reserve Bank Of St. Louis (frstl). Respondents To This Solicitation Are Encouraged To Register An Account With Ipp If They Have Not Already Done So. If Your Organization Is Already Registered To Use Ipp, You Will Not Be Required To Re-register- However, We Encourage You Make Sure Your Organization And Designated Ipp User Accounts Are Valid And Up To Date. the Ipp Website Address Is: Https://www.ipp.gov if You Require Assistance Registering Or Ipp Account Access, Please Contact The Ipp Helpdesk At (866) 973-3131 (m-f 8am To 6pm Et), Or Ippcustomersupport@fiscal.treasury.gov
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Closing Date1 Mar 2025
Tender AmountRefer Documents
Details: The Jacksonville District, U.s. Army Corps Of Engineers Is Soliciting Lease Proposals For A Minimum Of 5,552 To A Maximum Of 6,940 Gross Rentable Square Feet Of Commercial Storefront Space Within A 1¼ Mile Radius Of 2921 E. Colonial Drive, Orlando, Fl 32803. The Space Shall Contain Adequate/assigned Parking For Approximately Eighteen Vehicles (18) Government Vehicles Both During The Day And Overnight. The Lease Is For A Five-year Term With Government Termination Rights, And A Full-service Lease (to Include All Utilities And Janitorial Services) Is Preferred. Must Use Government Lease. The Government’s Space And Service Requirements Are Described In The Attached Documents Entitled Minimum And Specific Requirements, Construction Specifications And Construction Specifications Bid Proposal Worksheet, And Janitorial Services Specifications - Requirements. additionally, The Following Documents Which Contain Other Government Leasing Requirements Are Also Attached For Your Review: a. U.s. Government Lease For Real Property b. General Clauses; Gsa Form 3517b please Review All The Documents Thoroughly So That You Have A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b Document Is The Requirement To Register In The System For Award Management At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed Before Lease Award. for Your Proposal, Ensure That You Obtain A Contractor’s Bid To Complete The Build-out Based On The Requirements. Once You Have Obtained A Contractor’s Bid, Please Complete And Sign The Attached Proposal To Lease Space Form. additional Information Regarding This Solicitation May Be Obtained From Ana Fraguada At Ana.m.fraguadavializ@usace.army.mil. The Completed Proposal To Lease Space Form And The Documents Listed In Section 5.c Of The Proposal To Lease Space Form Must Be Received In This Office By Email To Ana.m.fraguadavializ@usace.army.mil No Later Than 11:59 Pm On Friday, February 28, 2025. after Receipt Of All Proposals, Conclusion Of Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Lowest Overall Cost To The Government. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately 30 Days Following The Initial Proposal Cut-off Date Stated Above. A Government Appraisal Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value For The Selected Site. notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought. All Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. Refer To Www.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg. Please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Firm Be Selected. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. Effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam. Vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (formerly Known As The Duns Number). The New Registration Process May Now Take Several Weeks, So Vendors Are Highly Encouraged To Begin Registering As Soon As Possible To Avoid Any Possible Delays In Future Contract Awards. Remember, There Is No Cost To Use Sam. To Find Out Additional Information About The Changes Of The Sam Registration Process, Contractors Should Visit The Frequently Asked Questions (faq) Link Located At The Top Of The Sam Homepage (www.sam.gov).
DEFENSE LOGISTICS AGENCY USA Tender
Aerospace and Defence
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents
Description: This Solicitation Is For An Indefinite Quantity Contract, Which Includes A 5 Year Base Period With No Option Periods For Nsn 5895-00-408-3791. The Guaranteed Minimum Quantity For This Contract Is 56 Each. The Ead Quantity Is 74. The Part Being Procured Is A Detector, Radio Freq. Iaw Northrop Grumman System Corp. Cage: 97942; P/n: 578r317h04 And Rh Laboratories Inc.; Cage: 1uj73; P/n 578r317h04. The Required Delivery Schedule Is 195 Days. Govt. Fat Is Required. Export Control Applies. Surge And Sustainment Applies. This Item Has Not Been Identified As Csi. Fob Destination. Inspection And Acceptance Is Origin. Dla Aviation Richmond Currently Has An Approved Technical Data Package Available For This Nsn. solicitation Issue Date Is Jan 6, 2025. A Copy Of The Solicitation Will Be Available Via The Dibbs Website Https://www.dibbs.bsm.dla.mil/ On The Issue Date Cited In The Rfp. From The Dibbs Homepage, Select “requests For Proposal ( Rfp ) / Invitation For Bid (ifb)” From The Menu Under The Tab “solicitations.” Then Search For And Choose The Rfp You Wish To Download. Rfps Are In Portable Document Format (pdf). To Download And View These Documents You Will Need The Latest Version Of Adobe Acrobat Reader. This Software Is Available Free At: Http://www.adobe.com. A Paper Copy Of This Solicitation Will Not Be Available To Requestors.
NATIONAL PARK SERVICE USA Tender
Others
United States
Closing Soon11 Feb 2025
Tender AmountRefer Documents
Details: The National Park Service (nps) Is Issuing A Concessions Prospectus On November 7, 2024, For Twelve Concession Contracts To Provide Canoe And Kayak Rental And Associated Transportation (shuttle) Services Within Buffalo National River. the Prospectus Explains The Business Opportunity And The Terms And Conditions Under Which The Nps Will Award The Concession Contract. The Prospectus Will Be Available At Https://www.nps.gov/subjects/concessions/prospectuses.htm.
the Director Has Determined That Preferred Offeror Status Exists For 10 Of The 12 Contracts Being Awarded With This Prospectus And Draft Contract, Pursuant To The Terms Of 36 C.f.r. Part 51. the Nps Will Not Hold A Formal Site Visit. Offerors Are Encouraged To Visit Buffalo National River On Their Own To Become Familiar With The Concessioner-operated Canoe And Kayak Rental Services And Transportation (shuttle) Services, The Surrounding Area And Communities, And Park Environment. All Questions Regarding This Solicitation Must Be Submitted In Writing To Kelly Kager, Commercial Services Management Specialist, Via Email (kelly_kager@nps.gov) No Later Than 4:00 P.m. Central Time On December 9, 2024. Responses Will Be Posted On This Site. if You Plan To Submit A Proposal In Response To This Solicitation, You Must Notify Kelly Kager, Commercial Services Management Specialist, Via Email (kelly_kager@nps.gov) No Later Than 4:00 P.m. Central Time On January 14, 2025. the Service Will Not Accept Proposals From Entities That Do Not Provide Notice Of Their Intent To Submit A Proposal On Or Before That Date And Time. to Receive Amendments To This Prospectus, Please Provide Concessions Management Specialist Kelly Kager Via Email At Kelly_kager@nps.gov With Your Contact Information (name, Email Address, And Phone Number). The Nps Will Send Any Additional Information Specific To The Prospectus In Writing, Via Email, To Those Interested Parties Who Have Been Placed On The Contact List. Information Relative To The Solicitation Will Also Be Posted To The Above-mentioned Website. in Order To Be Evaluated And Considered For Award Of The Concession Contract, Any Proposal Must Be Received By The National Park Service, Interior Regions 3, 4, 5, 601 Riverfront Drive, Omaha, Nebraska 68102, Attention: Concessions Management Specialist Kelly Kager By 4:00 P.m. (central Time) On February 11, 2025, As Outlined In The Proposal Instructions Of The Prospectus. amendment 1:nps Responses To Questions Submitted Regarding Buffalo National River Prospectus Cc-buffxxx-26 1. Question: The Contract Is To Begin In 2026 And The Headings Reflect That, However, In The Proposal Instructions Section 2)b), It States: To Maintain A Right Of Preference, Where One Exists, For A Specific Contract, An Existing Concessioner Must Submit A Responsive Proposal For The Contract Number That It Held As Of January 1, 2023. For Example, If You Held Cc-buff002-13, Apply For Cc-buff002-25 To Maintain A Right Of Preference.” Should This Be Cc-buff002-26? nps Response: Yes, That Is Correct, In Order To Maintain Your Right Of Preference, If You Hold Cc-buff002-13, You Should Be Applying For Cc-buff002-26, Not 25. It Was A Typo On The Part Of The Nps. 2. Question: In The Current Proposal Package There Are No Excel Files; However, In The Proposal Instructions Section 3) A) States: “submission Protocol. Submit Three (2) Identical Hard Copies And One Electronic Copy, Identical To The Hard Copy. In Order To Facilitate Discussion And Review Of Proposals Among Evaluation Panel Members, The Electronic Copy Must Be In A Format That Can Be Shared, Copied, And Passed Easily. Microsoft Office Programs Or An Adobe Pdf Electronic Version That Allows For Copying And Pasting Of Text Using Adobe Reader Software Are Acceptable. However, You Must Provide All Financial Spreadsheets In Microsoft Excel In The Format Provided. In The Event Of A Discrepancy Between The Electronic Copy And The Hard Copies, Information On The Hard Copies Will Control.” The Current Prospectus Does Not Include Any Excel Files, Do We Need To Provide Financial Information In An Excel Format? nps Response: Because The Prospectus Does Not Include Any Excel Files For Financial Data, An Offeror Is Not Required To Provide That Data In An Excel File, But It Can Be Provided In The Tabular Format Included Within The Prospectus.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents
Details: Nsn 7r-6615-016276036-p8, Tdp Ver 001, Qty 9 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 Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed 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.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
time Of Delivery (june 1997)|20|0001|111|900 Days||||||||||||||||||
stop-work Order (aug 1989)|1||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
integrity Of Unit Prices (nov 2021)|1||
equal Opportunity For Workers With Disabilities (jun 2020)|2|||
requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7||||||||
list Of Award Attachments|5||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|334412|750 Employees||||||||||||
requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021))|7||||x||||
type Of Contract (apr 1984)|1|firm-fixed-price|
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
offerors Shall Submit Proposals Via Neco Or Email Only.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Circuit Card Assemb .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Circuit Card Assemb Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;53711 7635898-003;
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 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Nsn 7r-6130-015855292-p8, Ref Nr 1072383p-1, Qty 27 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Award Will Be Made Only If The Offeror, The Product/service, Or The Manufacturer Meets The Qualification Requirement(s) At Time Of Award, In Accordance With Far Clause 52.209-1. The Solicitation Identifies The Office Where Additional Information Can Be Obtained Concerning Qualification Requirements And Is Cited In Each Individual Solicitation. 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.
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Others
United States
Closing Soon12 Feb 2025
Tender AmountRefer Documents
Details: Modification 2: 1) Request For A Site Visit Has Been Requested And Granted: Site Visit Date 1/23/2025 - Ncic Background Checks Due Date: 1/17/2025 - Site Visit Planned : 1/23/2025 9:00 Am - 12:00 Pm Cst - Answers From Site Visit Will Be Posted By : 1/29/2025 2) This Amendment Is To Extend The Solicitation Closing Date/time To: 2/12/2025 - 12:00 Pm Cst. modification 1: 1) Due Date For Submissions Extended To 1/20/2024 At 12:00 Pm Cst. Consideration Being Given For Responces To Vendor Questions. (answers Will Be Compiled In Document Format And Posted To Solicitation Notice By 1/7/2024 At 3:00 Pm Cst). 2) Correction To Sf-1449 Addition Of Section 2.3 -special Contract Conditions ________________________________________________________________________________________________________ the Federal Bureau Of Prisons, Field Acquisition Office In Grand Prairie, Texas Intends To Make A Single Award For The Provision Of Grease Trap Pumping Services At The Federal Correctional Institution – Three Rivers Located In Three Rivers, Texas. the North American Industry Classification System (naics) Code Is 562998 (size Standard: $16.5 Million). This Solicitation Is Being Issued As A Small Business Set Aside. Faith-based And Community-based Organizations Can Submit Offers/bids/quotations Equally With Other Organizations For Contracts For Which They Are Eligible. the Government Contemplates Awarding Of An Indefinite-delivery, Requirements-type Contracts With Firm-fixed Unit Prices Resulting From This Solicitation. The Contract Period Shall Consist Of A One Year Base Period With Four One Year Option Periods For Renewal At The Discretion Of The Government. all Duties Shall Be Performed In Accordance With Standards And Methods Generally Accepted Within The Industry And In Compliance With All Federal And State Policies And Regulations. The Contractor Will Provide Services In Accordance With The Statement Of Work. The Government Anticipates Requiring An Estimated 48,000 Gallons Of Grease To Be Removed And Disposed During Each One-year Performance Period. the Solicitation Will Be Distributed Solely Through The Sam.gov Website. Hard Copies Of The Solicitation Will Not Be Available. The Site Provides Downloading Instructions. All Future Information Regarding This Acquisition, Including Solicitation Amendments, Will Also Be Distributed Solely Through This Site. Interested Parties Are Responsible For Monitoring This Site To Ensure They Have The Most Up-to-date Information About This Acquisition. please Note: All Contractors Doing Business With The Federal Government Must Be Registered In The System For Award Management (sam) Database. The Website For Registration Is Www.sam.gov. If You Have Questions About The System For Award Management (sam), Government Procurements In General, Or Need Assistance In The Preparation Of Your Quote, A Local Procurement Technical Assistance Center (ptac) May Be Able To Help. The Procurement Technical Assistance Program Was Authorized By Congress In 1985 In An Effort To Expand The Number Of Businesses Capable Of Participating In The Government Marketplace. To Locate A Ptac Near You, Go To Http://www.aptac-us.org. this Is A 100 Percent Small Business Set-aside. You Must Be Registered In Www.sam.gov As A Small Business (see Far Provision 52.219-1 In The Representations & Certifications Section Of Your Www.sam.gov Registration). pre-bid Site Visit: None
9571-9580 of 10000 active Tenders