Website Tenders

Website Tenders

DEPT OF THE NAVY USA Tender

Others
United States
Description: Nsn 7r-1680-015854827-p8, Ref Nr 1711270, Qty 5 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. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" 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.
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Software and IT Solutions
United States
Details: This Is A Sources Sought Notice Strictly For Market Research Purposes. This Is Not A Formal Request For Quotation (rfq) And Does Not Commit The National Institute Of Standards And Technology (nist) To Award A Contract Now Or In The Future no Solicitation Documents Exist At This Time the Purpose Of This Notice Is For Planning Purposes Only And To Obtain Information Regarding The Availability And Capability Of Qualified Business Sources. your Response To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method. nist Does Not Intend To Award A Contract On The Basis Of This Notice, Or Otherwise Pay For Information Requested. No Entitlement Or Payment Of Direct Or Indirect Costs Or Charges By Nist Will Arise As A Result Of Submission Of Responses To This Notice And Nist’s Use Of Such Information. nist Is Seeking Responses From All Responsible Sources, Including Large And Small Businesses And Non-profit And Educational Organizations That Have The Capability To Provide A Customized Online Standards Development Platform Licensed Subscription. the Small Business Size Standard For The Applicable Naics Code Of 513210 (software Publishers) Is $47.0m. requirement: virtual Workspace / Secure Online Platform For Effectively And Efficiently Managing The Standards Document Development Process And Which Can Provide A Means To Manage Committees, Working Groups And Other Fora To Collaborate To Create And Revise These Standards-based Documents. the Online Cloud-based Platform Collaboration Tool Shall Include The Following Functionality: • Committee Participation – Able To Manage Rosters, Voting Rights And Permissions • Discussion Thread – Capable Of Tracking And Archiving Discussions Among Participants • Balloting/voting – Provides A Voting Mechanism For Approving Committee Led Document Development; Tracks Ballot Progress And Voting Trends And Records Responses; Sends Reminders And Alerts Of Deadlines • Commenting On Documents – Ability For Participants To Comment At A Section/paragraph Level; Participant Comments Are Visible To Other Authorized Committee Members • Editing Of Documents – Enables Compiling Of Comments Into Subsequent Revisions And A Final Version • Archiving – Ability To Store Previous Document Versions And Final Documents the Standards Development Platform Shall Be Highly Configurable To The Unique Standards Development Process Being Used And Shall Be Accessible 24/7. the Customized Online Standards Development Platform Annual License Shall Cover Up To 500 Authorized Users, 75 Committees/groups, And 275 Ballots. interested Parties Shall Describe The Capabilities Of Their Organization As These Relate To The Requirements Described Above. in Order For A Vendor To Clearly Convey Their Capability To Fulfill The Above-identified Need, They Must Submit The Following Information: 1. Capabilities Statement Discussing Core Competencies. 2. Description Of The Organization’s Capabilities As These Relate To The Licensing Of A Highly Configurable Cloud-based Platform For Managing Standards Development Processes As Described In This Notice. 3. A Description Of The Organization’s Previous Experience Providing The Licensing Of A Cloud-based Platform For Managing Standards Development Processes As Described In This Notice. 4. Indication Of Whether The Licensed Subscription Described In This Notice Is Currently Offered Via The Organization’s Gsa Multiple Award Schedule (mas) Contracts, Governmentwide Acquisition Contracts (gwacs), Or Other Existing Governmentwide Contract Vehicles; And, If So, The Contract Number(s) For Those Vehicles. 5. Any Published Pricing. 6. Any Other Relevant Information That Is Not Listed Above Which The Government Should Consider In Finalizing Its Market Research. 7. Current Socioeconomic Status Of The Organization Including Applicable North American Industrial Classification System (naics) Codes. 8. Indication Of Whether The Organization Currently Has Active Registration Including On-line Representations And Certifications At The System For Award Management (www.sam.gov) Website – To Be Considered For Award Under Any Official Solicitation, The Entity Must Be Registered And Active In Sam At The Time Of Solicitation Response. 9. Contractors Must Have A Valid, Current Registration To Be Considered For Award Under Any Official Solicitation. 10. If Any Element(s) Of This Sources Sought Notice Is/are Considered A Hindrance To Competition, Respondent Shall Include That Information With Its Response, Discussing How Their Solution Differs From The Stated Requirements Defined Herein. all Information Provided Will Become Property Of Nist And Will Not Be Returned. this Sources Sought Notice Is For Informational And Planning Purposes And Is Not To Be Construed As A Commitment By The Government. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Announcement. after The Results Of This Market Research Activity Are Received And Analyzed, Nist May Conduct A Competitive Procurement And Subsequently Award A Contract. no Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement And Any Follow-up Information Requests. Respondents Will Not Be Notified Of The Results Of Their Capability Statement Assessment But May Be Contacted For Additional Information. the Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Sources Sought Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Provide The Licenses/web Service And Perform The Training/customization Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. no Proprietary, Classified, Or Sensitive Information Should Be Included In The Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s). all Capability Statements And Information Requested Above Must Be Submitted Via E-mail To Randy.schroyer@nist.gov. Responses Must Be Submitted Not Later Than The Response Date For This Sources Sought Notice. Responses Shall Be Limited To Fifteen (15) Pages, Including Attachments.
Closing Date4 Dec 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Higher-level Contract Quality Requirement (navicp Review Feb 1991)(feb 1999)|1|see Specifications Section C And Section E.| Inspection Of Supplies--fixed-price (aug 1996)|2||| Inspection And Acceptance - Short Version|8|x||x|||||| Desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|2|301|clin 0001ab |2|301|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|tbd|w25g1u Qty 2; W62g2t Qty 2 |tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Equal Opportunity (sep 2016)|2||| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| Warranty Of Data--basic (mar 2014)|2||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| Annual Representations And Certifications (may 2024)|13|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 6.any Contract Awarded As A Result Of This Solicitation Will Be 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. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,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 "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=1909993 |78062| -|1n |d|0001 | -|49998|0054747 Drawing Data=20863-001 |78062| C| |d|0001 | C|49998|1705700 Document Ref Data=mil-std-130 | | |k |000115|a| | | Document Ref Data=mil-i-45208 | | |a |810724|a| 1| | Document Ref Data=iso9001 | | | |010417|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,assembly Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 20863-001 ; 3.2 Marking - This Item Shall Be Physically Identified In Accordance With Mil-std-130. 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 Spcc Contracting Officer Has Been 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, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The 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/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not Effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable. 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 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection System Acceptable To The Governmnet. The Inspection System Requirements Shall Be In Accordance With Mil-i-45208. 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 Date5 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Real Estate Service
United States
Details: The Jacksonville District, U.s. Army Corps Of Engineers Is Soliciting Lease Proposals For A Minimum Of 5,335 To A Maximum Of 7,020 Gross Rentable Square Feet Of Commercial Retail Space Within The City Of Orange Park, Fl. The Space Shall Contain Adequate/assigned Parking For Approximately Fifteen (19) Government Vehicles Both During The Day And Overnight. The Lease Is For A Five (5) 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 Specification - 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 c. Corporate Certificate 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 Tony Shoultz At Anthony.a.shoultz@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 Anthony.a.shoultz@usace.army.mil No Later Than11:59 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 The Lowest Overall Cost To The Government. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately 90 Days Following The Final Proposal Cut-off Date. 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 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).
Closing Date1 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Nsn 7r-4820-006900257-ey, Tdp Ver 018, Ref Nr 616712-2, Qty 8 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. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" The Proposed Acquisition Is 100% Set Aside For Small Business Concerns (seefar Clause 52.219-6, Notice Of Total Small Business Set-aside). The Specifictype Of Set-aside Will Be Addressed In The Solicitation Through Inclusion Ofone Of The Appropriate Clauses Listed Here: Far 52.219-3 Notice Of Hubzone Set-aside Or Sole Source Award Far 52.219-27 Notice Of Service-disabled Veteran-owned Small Businessset-aside Far 52.219-29 Notice Of Set-aside For Economically Disadvantaged Women-owned Small Business Concerns Far 52.219-30 Notice Of Set-aside For Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program Dfars 252.226-7000 Notice Of Historically Black College Or University Andminority Institution Set-aside Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. 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.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n742.18|erb|n/a|elizabeth.m.clammer.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|| inspection And Acceptance - Short Version|8|x||x|||||| desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|64|224 Days|clin 0001ab|54|224 Days|||||||||||||||||||||||| 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 & W62g2t|tbd|n/a|n/a|n/a|n/a|n/a| n/a|see Form Dd1423.|| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| equal Opportunity For Veterans (jun 2020)|4||||| warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| warranty Of Data--basic (mar 2014)|2||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| first Article Approval--contractor Testing (sep 1989)|10|one (1)|clin 0001aa|30 Days|tbd|lizz Clammer - Elizabeth.m.clammer.civ@us.navy.mil|tbd|clin 0001aa|tbd||| buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| small Business Program Representations (feb 2024)|4|339991|600||| 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|339991|600|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| evaluation Of First Article Testing|3|||x| 1. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3. All Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited 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. 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. 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 ;seal Plain, Encased; 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=6878818 |53711| B| |d|0001 | B|49998|0043129 document Ref Data=mil-std-130 | | |n |121116|a| |01| document Ref Data=mil-std-973 | | | |950113|a| |03| document Ref Data= Iso 9001 | | | |150915|a| | | document Ref Data=iso 10012 | | | |030415|a| | | document Ref Data=ncsl Z540.3 | | | |060803|a| | | document Ref Data=mil-i-45208a | | | |810724|a|1 | | document Ref Data=eia-649c 2/19 | | | | |a| | | document Ref Data=adiprene L-100 (50-60a) Com'l | | | | |a| | | 3. Requirements 3.1 ;design And Manufacturing - The ;seal Plain, Encased; Furnished Under This Contract/ Purchase Order Shall Meet The Material, Physical And Mechanical Requirements As Specified On Drawing 6878818, Dash-1 Including Associated Specifications Mentioned In this Procurement.; 3.1.1 ;the ;seal Plain, Encased; Shall Be Supplied With No Fillers, Color Additives, Coatings Or Finishes As Specified On Drawing 6878818, Note 4.; 3.2 ;marking Requirements - The Supplier Shall Mark ;bag; Each First Article And Production Lot Unit ;seal Plain, Encased; In Accordance With Note 7 Of Drawing 6878818 Including With Contract, Lot Or Batch And Serial Number Per Mil-std-130.; 3.3 ;first Article Testing/inspection - (supplier Testing/inspection). The First Article Testing/ Inspection Procedure And Approval Are Required For ;seal Plain, Encased;. Government Approval Is Required Prior To Commencement Of First Article Unit.; 3.4 ;notification - The Supplier Shall Notify Naval Surface Warfare Center, Philadelphia Division, (nswcpd), 5001 S. Broad Street, Philadelphia, Pa 19112-1403 By Email Matthew.j.ogilvie.civ@us.navy.mil, Code 242mo After Award Of Contract.; 3.4.1 ;the Nswcpd Is The Acceptance Activity For The Contract Data Requirements List (dd1423) Data Items. Nswcpd Wawf/irapt ;acceptor; Dodacc Is ;n64498;.; 3.4.2 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 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.) 3.6 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 ;material Control - The Supplier Shall Have An Effective Material Control System That Provides For Certified Industrial Laboratory Analysis By Lot Or Batch For Raw Material Ordered For First Article And Production Lot Units. The Analysis Shall Establish the Properties For The Non-metallic Material As Specified On Drawing 6878818, Note 4.; 4.6 ;first Article Testing/inspection - (supplier Testing/inspection). The Supplier Shall Perform First Article Testing/inspection On ;seal Plain, Encased; In Accordance With The Applicable Drawings And Their Approved First Article Procedure.; 4.6.1 ;the First Article Inspection Shall Be Made By The Cognizant Dcma-qar At The Supplier's And/or Subcontractor Facility. The Supplier Shall Notify Nswcpd, Code 242mo Two Weeks In Advance Prior To The Scheduled First Article Testing/inspection, So An nswcpd Representative Has The Option Of Being Present During The First Article Testing/inspection.; 4.6.2 ;first Article Approval For Testing/inspection Procedure And Acceptance - (supplier Testing/inspection). The Supplier Shall Prepare And Submit Their First Article Testing/ Inspection Procedure For ;seal Plain, Encased; In Accordance With The requirements Of Di-ndti-80603 And Applicable Drawing As Indicated On The Contract Data Requirements List (dd Form 1423). Government Approval Of The Procedure Is Required Prior To Commencement Of First Article Unit. cdrl: First Article Testing/inspection Proc Per Di-ndti-80603a; 4.6.3 ;first Article Visual/dimensional Inspection - The Supplier Shall Visually And Physically Inspect 100% The First Article Unit And Record The Actual Measurements Of Each Dimension Including Hardness Identified On The Applicable Drawing. ; 4.6.4 ;first Article Testing/inspection Report And Acceptance - (supplier Testing/inspection). The Supplier Shall Submit For The First Article Unit, Testing/inspection Reports In Compliance With The Requirements Of Di-ndti-80603 And The Applicable Drawing. the Report Shall Also Include A Copy Of ;certified Industrial Laboratory Analysis For Adiprene L-100 Material And Visual/dimensional Inspection Report; 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 Of The First Article Testing/inspection Report Is Required Prior To Commencement Of Production Units. cdrl: First Article Testing/inspection Report Per Di-ndti-80809b; 4.7 ;production Lot.; 4.7.1 ;visual/dimensional Inspection - The Supplier Shall Visually And Physically Inspect 100% The Production Lot Units And Record The Actual Measurements And Results Of Each Dimension Including Hardness Identified On The Applicable Drawing. ; 4.7.2 ;production Lot Testing/inspection Report And Acceptance - (supplier Testing/ Inspection). The Supplier Shall Submit For The Completed Production Units ;seal Plain, Encased; Testing/inspection Reports In Compliance With The Applicable Data Item descriptions (dids) And Drawing. The Production Lot Testing/inspection Report Shall Consist Of ;certified Industrial Laboratory Analysis For Adiprene L-100 Material; Visual/dimensional Inspection Report And Mercury Exclusion Certification; Identified In The objective Quality Evidence Records Section Of This Document, And As Indicated On The Production Lot Test/inspection (plt) Contract Data Requirements List (dd Form 1423). Goverment Approval Of The Production Lot Testing/inspection Report Is Required Prior To shipment Of Production Lot Units. cdrl: Production Lot Testing/inspection Report Per Di-ndti-80809b; 4.8 ;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 Production Lot Testing/inspection (plt) Contract Data Requirements List (dd Form 1423). Government Approval Is Required Prior To Shipment Of Production Units.; 4.9 ;final Inspection And Acceptance - Final Inspection And Acceptance Of Production Lots Shall Be Made By The Cognizant Dcma-qar In Conjuction With The Specific Government Inspection Instructions (sgiis) Furnished By Nswcpd. In Addition To The Normal Dcma surveillance, The Production Unit(s) Shall Be Under The Surveillance Of Nswcpd Quality Assurance Specialist As Required.; 4.10 ;objective Quality Evidence Records - The Supplier Shall Maintain Objective Quality Evidence Data (oqeds) Of Raw Material And Finished Parts Of ;seal Plain, Encased;. Records Shall Be Traceable By Drawing/part, Lot Or Batch, Serial 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.; 4.10.1 ;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/part, Lot Or Batch, Serial And Contract number. Supplier Format Is Acceptable For The Below Listed Cdrls: a. Certified Industrial Laboratory Analysis For Adiprene L-100 (50-60a) Material(the Analysis Shall Establish The Properties For Material As Specified On Drawing 6878818, Note 4.). cdrl: Certified Industrial Lab Analysis Per Di-misc-82386 b. Visual/dimensional Inspection Reports Shall Show All The Characteristics, The Actual Measurements And Results Of Each Dimension Inspected Including Hardness, Contract Number, Name Of Supplier, Drawing/part Number, Drawing Revision Letter, Lot Or Batch And serial Number Of Finished Parts, Item Nomenclature, 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-82386; 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. 6.2 ;eia-649 Is Authorized To Be Used In Lieu Of Mil-std-973.; date Of First Submission=asreq ;;approval Of The Quality Inspection Plan By Nswc Philadelphia Division Is Required Prior To First Article.;; ;;nswcpd Is The Acceptance Activity For Cdrl Data Item A001. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498";. ; date Of First Submission=asreq ;;approval Of The Procedure By Nswc Philadelphia Division Is Required Prior To Commencement Of First Article Unit.;; ;;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 Commencement 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.;; ;;plt Report Shall Consist Of Oqed Records Listed In Contract Section E: Certified Industrial Laboratory Analysis Material; Visual/dimensional Inspection Report And Mercury Exclusion Certification.;; ;;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 A004. Nswcpd Wawf/irapt Acceptor Dodacc Is "n64498".;;
Closing Date4 Mar 2025
Tender AmountRefer Documents 

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 

FEDERAL EMERGENCY MANAGEMENT AGENCY USA Tender

Others
United States
Details: Fema Pre-solicitation: 70fbr625r00000007 Hermit’s Peak/calf Canyon Claims Review Technical Support this Is Not A Solicitation. No Proposals Are Due At This Time. Questions Or Phone Calls Regarding This Pre-solicitation Notice Will Not Be Accepted. this Pre-solicitation Notice Is For Hermit’s Peak/calf Canyon Claims Review Technical Support Services For The Federal Emergency Management Agency (fema). The Primary Places Of Performance Vary. Any Positions Requiring On-site Support Should Anticipate Travel/deployment To Government Authorized Locations Within The Following Counties In New Mexico: San Miguel County, Mora County, Santa Fe County, Taos County, Sandoval County, Rio Arriba County, And/or Colfax County, And All Other Surrounding Counties Affected By The Hermit’s Peak/calf Canyon Fire. Contractors May Also Work From Their Residence Of Record Or Other Location As Directed By The Cor. Actual Work Locations Will Be Determined Based On Tasks Being Performed. this Procurement Is Unrestricted. this Requirement Is To Provide Professional And Technical Services Supporting The Hermit’s Peak/calf Canyon Claims Office. The Contractor Shall Provide Support In Operational Areas To Include, But Not Limited To Claimant Intake, Query And Collection Of Requisite Supporting Documentation, Development And Submissions Of Comprehensive Proofs Of Loss, Claimant Inquiries, Review Requested Amounts, Establish Qualified Amounts, Assess Duplication Of Benefits And Provide Comprehensive Recommendations For Maximum Compensation Determinations As Expeditiously As Possible With The Smallest Burden Placed On The Claimants. the Period Of Performance Is For 5 Years. The Contract Will Have A Base Year With Four (4) Option Years. Due To The Nature Of The Work, Fema Will Award An Indefinite Delivery/ Indefinite Quantity (idiq) Contract Allowing For Hybrid Cost Reimbursement And Time And Materials Type Task Orders. Fema Anticipates A Single-award Contractor For This Requirement. this Is Not A Solicitation; This Is A Pre-solicitation Notice To Allow Contractors To Anticipate Release Of This Solicitation. The Solicitation Is Anticipated To Be Released On Or About February 2025. The Solicitation Will Be Available To Download Via This Website. Potential Offerors Are Encouraged To Check This Site Frequently For Updates. The Solicitation Period May Not Be A Full 30 Days Thus This Pre-solicitation Notice Is To Help Interested Contractors To Prepare Accordingly. The Government Is Not Responsible For Any Costs Incurred By The Contractor For Any Effort Related To This Pre-solicitation Notice. All Documents Attached Are Subject To Change/additional Edits.
Closing Date30 May 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| inspection And Acceptance - Short Version|8|x||x|||||| desired And Required Time Of Delivery (june 1997)|29|0001|18|180||||||||||||||||||||||||||| stop-work Order (aug 1989)|1|| general Information-fob-destination|1|b| 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|n/a|||||| value Engineering (jun 2020)|3|||| equal Opportunity (sep 2016)|2||| integrity Of Unit Prices (nov 2021)|1|| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| transportation Of Supplies By Sea (oct 2024)|2||| federal Acquisition Supply Chain Security Act Orders-prohibition (dec 2023)|12||||||||||||| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| small Business Program Representations (feb 2024)|4|||x|| annual Representations And Certifications (may 2024)|13|335311|800|||||||||||| instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| facsimile Proposals (oct 1997)|1|717-605-3211| type Of Contract (apr 1984)|1|firm-fixed Price| alterations In Solicitation (apr 1984)|3|||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| the Offer Due Date Is Hereby Extended To 07 Feb 2025. 1.) 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. 2.) Unless Otherwise Specified, Pricing For This Quotation Is Valid For 60 Days After The Closing Date As Indicated On The Uotation. please Specify (if Other Than 60 Days) ______________ Days. 3.) In Order For Your Offer To Be Considered, You Must Submit The Entire Rfp Completed And Signed, Prior To The Closing Date/time Listed On The Rfp. Neco Offers Will Not Be Accepted. 4.) Technical Documents Associated With This Solicitation, Such As Drawings, Individual Repair Part Ordering Data (irpod), Strs And Other Procurement Related Documents May Be Obtained At Https://logistics.unnpp.gov/ecommerce. This Website Requires A Password And pre-registration. Please Contact The E-commerce Help Desk At 518-395-4357 To Register Or For Help Logging Into The Website. a Hard Copy Of The Individual Repair Part Ordering Data (irpod) And/or Drawings Will Not Be Mailed To You. 5.) To Request A Copy Of The Solicitation, Please Contact The Contracting Officer Listed And Provide Your Cage Code. \ 1. Scope 1.1 In The Event Of A Conflict Between Section "c" And Section "d" Of The Contract/purchase Order, Section "c" Will Take Precedence. 2. Applicable Documents 2.1 Applicable Documents. technical Documents Associated To This Solicitation Or Award Such As; Drawings,technical Data, As Well As Certain Military Specifications, And Commercial Item Descriptions (cid) Etc. May Be Obtained At (https://logistics.unnpp.gov/ecommerce) These Documents, At the Required Revision Levels That Are Associated To Either This Solicitation Or Award, Become A Part Of This Solicitation Or Award Unless Changed By An Admendment To The Solicitation Or Modification To The Award. This Website Requires A Password And pre-registration. To Obtain Instruction On How To Register And Obtain A Password Contact The Bpmi Website Administrator. 3. Requirements 3.1 Manufacture And Design - The Assy, Ups Furnished Under This Contract/purchase Order Shall Meet The Requirements As Specified In The Ordering Data Listed Herein And Throughout The Contract/purchase Order. (1). Design, Material And Dimensions To Be In Accordance With: a. Manufacturer: ;cgi Federal Inc (9x833); . b. Drawing: ;09203073; . c. Piece Number: ;-02; . Revision: ; ; . d. Part Number: ;09203073-02; . e. Catalog Number ; ; . (2). The Following Requirements Apply: a. Exclusion Of Mercury Requirements Are Cited In The Additional Technical Documentation Located Within Section "c" Of The Contract/purchase Order. b. ;.; . 3.2 Navsup Wss-mech Code N94 Additional Technical Documentation order Of Precedence And Effective Issues Of Cited Documentation Dated: July 2004 a. Order Of Precedence For Document Conflict Resolution: The Technical And Quality Requirements Applicable To Manufacture Of The Material Being Purchased Under This Order Are Contained Or Invoked In One Or More Of The Documents Listed Below. In The Event Of any Inconsistencies Between Any Provisions Of This Order, The Order Or Precedence Shall Be As Follows: 1. Amendments To The Purchase Order/contract 2. Schedule Of Supplies Of The Purchase Order/contract. 3. Terms And Conditions Of The Purchase Order/contract. 4. Individual Repair Part Ordering Data (irpod); Or Master Procurement Specification, As Applicable. 5. Any Invoked Standard Technical Requirements (strs). 6. Drawings Referenced In The Irpod, Or Master Procurement Specification , As Applicable. 7. Specifications Referenced In The Irpod, Master Procurement Specifications Or Drawing(s), As Applicable. b. Effective Issues Of Cited Drawings, Specifications, Standards And Other Documents: 1. The Contractor Shall Comply With The Specified Revisions Of The Documents (i.e. Drawings,specifications,standards And Other Documents) Cited In The Irpod And/or Procurement Specification Contained Herein. The Contractor Shall Obtain Written Approval for The Contracting Officer To Use Document Revisions Other Than Those Specified. When A Later Drawing Revision Is Submitted For Approval, Two Full Size Clear Legible Prints Shall Be Provided. 2. Where Documents Are Referred To Only By The Basic Identification Name Or Number And No Specific Revision Thereto, The Contractor Use Of Any Issue Of The Document Except All Such Revisions Shall Be Dated 1 November 1969 Or Later. c. Use Of Document Revisions In Their Entirety: 1. Contractors Shall Use Revisions To Each Cited Or Referenced Document In Its Entirety Unless The Contractor Obtains Contracting Officer Approval To Do Otherwise (i.e. The Contractor Shall Not Use Portions Of Different Revisions Of A Document). d. Vendor Waiver/deviations On Critical Contracts. 1. Compliance With The Delivery Date And Technical Requirements Of Navsup Wss Critical Repair Part Material Contracts Is Expected. 2. As The Cautionary Note Contained In The Contract States, Seller Intended Use Of Any Material Which Is Not In Full Compliance With The Specified Contract Technical Requirements, Should Be Identified As An Exception In Advance Either At The Time The Quotation is Submitted Or Prior To Manufacture. 3. Requests For Delivery Date Extensions And Waivers/deviations Should Be Accompanied By An Explanation Of The Cause For The Delay, Or The Reason For The Requested Non-conformance With An Offer Of Consideration In The Event The Contracting Officer Concurs With your Request. 4. Requests For Waivers/deviations Should Provide Justification For The Requested Change Including An Evaluation Which Demonstrates That Proposed Non-conformance Will Not Affect The Quality, Form, Fit, Or Function Of The Part. Where A Proposed Alternate Or replacement Item Is Offered, Supporting Technical Data (catalog Page, Drawing (s), Etc.) That Fully Describe The Proposed Item Shall Be Provided For Technical Evaluation. 5. Requests Which Do Not Contain The Above Information Will Be Returned And Will Not Be Submitted To Technical/engineering Review Until Sufficient Justification Is Provided. 6. Requests For Waivers/deviations Shall Be Presented To The Government Quality Assurance Representative (qar) For Comment. The Qar Shall Forward The Request, With Their Comments, Directly To The Post Award Pco Identified In The Contract/purchase Order Within five Working Days After Receipt. e. Exclusion Of Mercury 1. Mercury Or Mercury Containing Compounds Shall Not Be Intentionally Added To Or Come In Direct Contact With Hardware Or Supplies Under This Contract. 4. Quality Assurance 4.1 Quality Assurance Requirements- The Contractor Shall Provide And Maintain An Inspection System Acceptable To The Government Covering The Supplies Herein. records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of This Contract And For Such Longer Periods As May Be Specified Elsewhere In The Contract. 5. Packaging 5.1 When The Cleanliness Control Requirements Of One Or More Of The Following Documents Are Invoked: Mil-std-767, Mil-std-2041, Refueling Clean, Or Reactor Plant Clean, The Following Clarification Of Requirements For Mil-prf-23199 Packaging Of Repair Parts applies. (1). The Following Summary Clarifies The Packaging Requirements Of Mil-prf-23199 Pertaining To The Use Of Mil-dtl-24466 Green Poly Bags. The Supplier Remains Responsible For Meeting All Contract Requirements. Suppliers Who Are Unsure Of The Packaging, Packing, and Marking. requirements For A Particular Part Should Request Clarification By Contacting The Navsup-wss Contracting Poc. (a). Paragraph 3.4.2 Of Mil-prf-23199 Discusses Level B Packaging And Refers To Paragraph 3.3.1 For The Method Of Packaging. Paragraph 3.3.1 Provides Several Methods Of Packaging. Packaging In Heat Sealed Envelopes Is Covered In Paragraph 3.3.1.1 Which States, "components Which Are Subject To Cleanliness Controls (see 6.2) Or As Specified (see 6.1) Shall Be Packaged In Heat Sealed Envelopes (see 3.2.2.5 And 3.2.2.5.1)". (2). The Following Conditions Must Be Satisfied In Order For Mil-dtl-24466 Bags To Apply: (a). Paragraph 6.2 Of Mil-prf-23199 Defines Cleanliness Controls As Any Reference To (or Application Of) The Cleanliness Control Requirements Of One Or More Of The Following Documents: Mil-std-767, Mil-std-2041, Refueling Clean, Reactor Plant Clean, Or Other requirements Identified Within The Irpod. the Repair Part Must Have Cleaning Requirements Of One Of The Aformentioned Methods. (b). Paragraph 6.1 Contains Ordering Data Options. Paragraph 6.1(k)2. Provides An Option To Specify The Method Of Packaging To Be Used When Packaging Is Other Than In Accordance With Paragraph 3.3.1.1 Only. If A Contract Specifies Any Additional Requirements for The Use Of Green Poly Bags, Then They Are Required And Take Precedence. (4). The Use Of Fire Retardant Packaging Material Is No Longer Required In Any Navsup-wss N94 Contract. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 1. Nuclear Reactor Publications Assigned Navsea Document And Identification Numbers That Are Not Available From Bpmi E-commerce Web Site Must Be Requested From: contracting Officer navsup Wss-mech code N943 5450 Carlisle Pike p.o. Box 2020 mechanicsburg, Pa. 17055-0788 requests For "official Use Only" And "noforn" (not Releasable To Foreign Natio Nals) Documents Must Identify The Quotation Number On Pre-award Procurement Actions. Requests Must Be Submitted To The Pco For Certification Of "need-to-know" For The Document. On post-award Actions, The Request Must Identify The Government Contract Number, And Be Submitted Via The Defense Contract Management Agency (dcma) For Certification Of "need-to-know" For The Document. 2. Commercial Specifications, Standards And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Or Societies Of The Applicable Documents. 6.2 In Accordance With Dodi 5230.24 All Documents And Drawings Provided By The U.s. Navy To Prospective 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 6 (six) Separate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: a... Approved For Public Release; Distribution Is Unlimited. b... Distribution Authorized To Us Governments Agencies Only. c... Distribution Authorized To Us Government Agencies And Their Contractors. d... Distribution Authorized To Dod And Dod Contractors Only. e... Distribution Authorized To Dod Components Only. f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. 6.3 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. Navsup-wss Has Reasoned That Most Dd Form 1423's Included In Our Solicitations Meet The Requirement Of Tdp As Navsup-wss Does Not Regularly Purchase Only Technical Manuals Without Purchasing Hardware And Related Tdp Software. Therefore, Most Navsup-wss 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, Or F 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 Dla Logistics Information Services (dlis) 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 Foreign 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 Dcma Or Navsup-wss 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 Are 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 Offeror Is To Enter The Appropriate Price Group. The Price Groups Are Defined 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 In Pricing 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 Be Coded "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=eoc submit At The Time Of Material Delivery A Certificate Of Compliance Per Di-misc-81356 To Navsup-wss Code N9433. A Separate Certificate Of Compliance Shall Be Prepared And Submitted For Each Unique Combination Of Contract/purchase Order Number, National Stock number And Item Nomenclature Specified In The Schedule Of Supply/services. di-misc-a81356 Cited In Block 4 Is A Unique Navsup-wss Dd1423 Sequence Control number - Certification Package To Be Iaw Did Di-misc-81356(latest Rev).
Closing Soon7 Feb 2025
Tender AmountRefer Documents 
9581-9590 of 10000 active Tenders