Website Tenders
Website Tenders
NATIONAL PARK SERVICE USA Tender
Others...+1Housekeeping Services
United States
Closing Date28 Feb 2025
Tender AmountRefer Documents
Details: The Nps Updates This Solicitation With Batch 2 Of A Large Number Of Questions, And Anticipates Posting Another Batch In February. _____________________________________ the Nps Updates This Solicitation With Batch 1 Of A Large Number Of Questions, And Anticipates Posting Another Batch In January. _____________________________________ the Nps Updates This Solicitation To Do The Following: the “intent To Submit Due” Date Is Updated From December 6, 2024, To February 7, 2025. the “response Due” Date Is Updated From December 27, 2024, To February 28, 2025. the Updated Information Will Be Available At:https://www.nps.gov/articles/000/nps_rfq_viis_caneel_bay.htm _____________________________________ the National Park Service (nps) Has Issued A Request For Qualifications For A Lease (term Of Up To 60 Years) To Operate And Redevelop Overnight Accommodations On 74 Acres At Caneel Bay Within Virgin Islands National Park. The Request For Qualifications Describes The Requirements For Consideration. all Responses Must Be Received By The Nps By The Date And Time Specified In The Request For Qualifications Which Is December 27, 2024, By 4:00 P.m. Et In Order To Be Evaluated To Be Determined If Qualified For This Lease Opportunity. Responses Will Only Be Accepted Electronically Via The Process Explained In The Request For Qualifications. questions Are Due November 22, 2024, And Intent To Submit Must Be Received By December 6, 2024, Via Email By The National Park Service At Sercommercial_services@nps.gov As Specified In The Request For Qualifications. the Following Website Provides The Request For Qualifications And Helpful Links And Information Pertaining To The National Park Service Leasing Program: https://www.nps.gov/articles/000/nps_rfq_viis_caneel_bay.htm
PUBLIC BUILDINGS SERVICE USA Tender
Others
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents
Details: Solicitation 47pf0025r0003, Provide "elevator Maintenance Services" At The Following Four Locations: location #1: Diana E. Murphy U.s. Courthouse, Minneapolis, Mn location #2: Warren E. Burger Federal Building & U.s. Courthouse, St. Paul, Mn location #3: Paul D. Wellstone Federal Building, Minneapolis, Mn location #4: Edward J. Devitt U.s. Courthouse, Fergus Falls, Mn project Summary Description: This Project Is For A Firm Fixed-price Contract. This Procurement Will Be Solicited On A Full And Open Unrestricted Basis. The Work Of This Project Is Defined By The Contract Documents. This Project Includes, But Is Not Limited To, Providing Performance Based Elevator Maintenance Service To Ensure The Safety Of The Building Elevators And To Maintain The Building Assets. The Contractor Will Provide All Management, Supervision, Labor, Materials, Supplies, Repair Parts, Tools, And Shall Plan, Schedule, Coordinate And Ensure Effective And Economical Completion Of All Work And Services Specified. All Elevator Equipment Shall Be Operated And/or Maintained At The Highest Levels Of Efficiency Compatible With The Current Energy Conservation Requirements, Nationally Recognized Codes, And Standards, And Maintained At An Acceptable Level, Throughout The Contract Performance Period. The Contractor Shall Be Responsible For Performing All Work Under This Contract In Accordance With All Federal, State, County, City Laws And Codes, And Follow The More Stringent Of Them. In Addition To Compliance With These Laws, The Contractor Shall Follow All Applicable Standard Industry Practices Including, But Not Limited To: Occupational Safety And Health Act (osha). no Public Bid Opening Procedures Are Applicable For This Solicitation. after Award, The Successful Offeror Will Be Given A Written Notice To Proceed, And Shall Provide Contractual Services For A One Year Period Commencing On The Day Specified In The Notice To Proceed. Work Under This Contract Is Expected To Commence On Or About June 1, 2025. The Government Shall Have The Unilateral Option Of Extending The Term Of This Contract For 4 Consecutive Additional Periods Of 1 Year Each With The Option For An Additional 6 Months. This Procurement Is Open To All Business Concerns. Woman Owned, Veteran Owned, Service Disabled Veteran Owned, Hubzone And Small Disadvantaged Businesses Are Encouraged To Submit An Offer. The North American Industry Classification System (naics) Code Is 238290 With A Size Standard Of $22 Million. This Is A Negotiated Procurement. Best Value Method Will Be Used To Determine Awardee. Evaluation Factors Will Consist Of Past Performance And Total Evaluated Price. the Solicitation Cited Above Can Only Be Obtained By Accessing A Secure Website Known As Sam.gov. Sam Is A Secure Website Designed To Safeguard Sensitive But Unclassified (sbu) Acquisition Information. It Is Available For Use By All Federal Agencies. In Order To Obtain Information From Sam.gov, You Will First Be Required To Register. All Government Contractors Must Be Registered Prior To Submitting An Offer. No Federal Materials Can Be Downloaded Until You Have Registered Under This Site. You May Access Sam Via The Following Url Https://www.sam.gov. potential Offerors Will Be Responsible For Downloading The Solicitation And Monitoring The Sam Website For Amendment(s), If Any, To The Solicitation. Offer Due Date And Time For Receipt Of Proposals Will Be Posted In The Solicitation. All Offers And Requests Must Be Submitted To General Services Administration, Public Buildings Service, Acquisition Management Division, Attn: Donald Mcfall, Donald.mcfall@gsa.gov And Sarah Jayjack, Sarah.jayjack@gsa.gov. any Questions Regarding This Notification Should Be Directed To The Contract Specialist, Donald Mcfall, Donald.mcfall@gsa.gov.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents
Details: *amdt 0001 Has Been Posted. Updated Specifications And Plans Have Been Uploaded. Please Refer To Attachments For Further Details.* **a Site Visit Sign-in Sheet Has Been Added To The Attachments.** ***please Refer To Full Solicitation Attachment For Further Details.*** a Site Visit Has Been Scheduled For For 19 December 2024 @ 11:00 Am Est. Contractors Are Required To Follow Details Under Clause 52.236-27 Site Visit (construction) (feb 1995) In The Solicitation. Contractors Are Required To Send Their Full Name, Dob, Ssn, And Company Of Employment For All Persons Planning To Attend. This Information Is Required Four (4) Business Days Prior To Date Of Site Visit. Please Refer To Solicitation For Point Of Contact To Send This Required Information And Any Further Details. description:the U.s. Army Corps Of Engineers (usace) Louisville District Hereby Issues A Request For Proposal (rfp) W912qr25r0014to Construct A Vertical Skills Instructional Facility On Joint Base Maguire Dix Lakehurst (jbmdl) For The Army Reserves. This Project Is A Design/bid/build Project To Construct New Vertical Skills (material Handling) And General Instruction Classroom Facilities At 9,500 Sf. The Building Will Be Of Permanent Construction With Heating, Ventilation, Air Conditioning, Plumbing, Mechanical, Security, And Electrical Systems. Supporting Facilities Include Site Development, Utilities And Connections, Lighting, Paving, Walks, Curbs And Gutters, Storm Drainage, And Information Systems. Sustainability, Energy, And Cybersecurity Measures Will Be Provided As Will Furnishings, Equipment, And Accessibility For The Disabled. Force Protection Physical Security Measures Will Be Incorporated Into The Design Including Maximum Standoff Distances From Roads, Parking Areas And Vehicle Unloading Areas. Facilities Will Be Designed To A Minimum Life Of 40 Years Including Energy Efficiencies, Building Envelope And Integrated Building Systems Performance. the Project Contains Options Such As: Resurfaced Parking Areas, Hvls Fans, Hvac Enclosure, And Collateral Equipment. the Contract Duration Is Estimated At 420 Calendar Days From Contract Award. type Of Contract And Naics:this Rfp Will Be For One (1) Firm-fixed-price (ffp) Contract. The North American Industrial Classification System Code (naics) For This Effort Is 236220 Commercial And Institutional Building Construction. type Of Set-aside:this Acquisition Will Be A Small Business Set-aside Procurement. selection Process:this Is A Single Phase, Design/bid/build Procurement. The Proposals Will Be Evaluated Using A Best Value Trade Off Source Selection Process. The Technical Information Contained In The Offeror's Proposal Will Be Reviewed, Evaluated, And Rated By The Government. The Proposal For This Procurement, At A Minimum, Will Consist Of The Following: Prime Contractor Past Performance, Management Plan, And Price. Pro Forma Information Such As Bonding And Financial Capability Will Also Be Required To Meet The Minimum Requirements Of The Solicitation. All Evaluation Factors, Other Than Price, When Combined, Are Considered Approximately Equal To Cost Or Price. discussions:the Government Intends To Award Without Discussions, But Reserves The Right To Conduct Discussion Should It Be Deemed In The Government's Best Interest. construction Magnitude:the Magnitude Of This Construction Project Is Anticipated To Be Between $10,000,000 And $25,000,000, In Accordance With Dfars 236.204. The Target Ceiling For This Contract Is Approximately $11,000,000. Offerors Are Under No Obligation To Approach This Ceiling. solicitation Website:the Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found At Federal Business Opportunities Website, Http://www.sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Telephone And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. To Download The Solicitation For This Project, Contractors Are Required To Register At The Federal Business Opportunities Website At Http://www.sam.gov. Amendments, If/when Issued, Will Be Posted To The Above Referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offerors Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. registrations:offerors Shall Have And Shall Maintain An Active Registration In The Following Database: system For Award Management (sam): Offerors Shall Have And Shall Maintain An Active Registration In The Sam Database At Http://www.sam.gov To Be Eligible For A Government Contract Award. If The Offeror Is A Joint Venture (jv), The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If At The Time Of Award An Offeror Is Not Actively And Successfully Registered In The Sam Database, The Government Reserves The Right To Award To The Next Prospective Offeror. point-of-contact:the Point-of-contact For This Procurement Is Adam Brooks, At Adam.m.brooks@usace.army.mil.
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Others
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: The Federal Bureau Of Prisons Is Seeking Concerns Having The Ability For Providing Residential Reentry Center (rrc) Services (in-house Rrc Beds) And Home Confinement Services (home Confinement Placements) For Male And Female Federal Offenders Held Under The Authority Of United States Statutes Residential Reentry Center Services Located Within The County Limits Of Kanawha County, West Virginia. Home Confinement Services Within The Following Southern West Virginia Counties: Boone, Cabell, Clay, Fayette, Greenbrier, Jackson, Kanawha, Lincoln, Logan, Mason, Mcdowell, Mercer, Mingo, Monroe, Nicholas, Putnam, Raleigh, Roane, Summers, Wayne, Wirt, Wood, And Wyoming. Home Confinement Services Cannot Exceed A 100-mile Radius Of The Rrc Facility. All Rrc And Home Confinement Services Will Remain Within The Southern District Of West Virginia. both The Rrc Services For In-house Rrc Beds And The Home Confinement Services For Home Confinement Placements Shall Be In Accordance With The Federal Bureau Of Prisons Statement Of Work (sow) Entitled, “residential Reentry Center, March 2022”. Home Confinement Services (for Home Confinement Placements) Are Specifically Defined In Chapter 10, Programs, Of The Sow. Additional Requirements For These Services Are Referenced Throughout The Sow As Well. this Will Be A Firm-fixed Price/idiq Contract For Services With A One-year Base Period, And Four One-year Options Periods.in An Effort To Obtain Reasonable Pricing, It Is Requested That A Tiered Pricing Structure Be Incorporated. the Rrc In-house Requirement Will Consist Of A Guaranteed Minimum 20 Beds (16 Males And 4 Females) And An Estimated Maximum 50 Beds Facility In Which 41 Beds Will Be Designated For Males And 9 Beds Designated For Females. the Home Confinement Requirement Will Consist Of A Guaranteed Minimum 10 Placements And An Estimated Maximum 25 Placements To Include Both Male And Female. it Is The Intent Of The Government To Award Both Line Items (rrc In-house Beds And Home Confinement Placements) To A Single Provider, As These Services Are Interconnected And Rely Upon Each Other To Ensure Adequate Programming And Case Management Of Offenders. The Government Reserves The Right To Potentially Make An Award Which Is Deemed To Be In The Best Interest Of The Government. 15brrc25r00000002 Will Be Available On Or About January 06, 2025, And It Will Be Distributed Solely Through The General Services Administration's Federal Business Opportunities Website At Https://sam.gov. Hard Copies Of The Solicitation Will Not Be Available. The Site Provides Downloading Instructions. Future Information About This Acquisition Will Also Be Distributed Through This Site. Interested Parties Are Responsible For Monitoring This Site To Ensure That They Have The Most Up-to-date Information About This Acquisition. The Estimated Closing Date Of 15brrc25r00000002 Will Be After 60 Days Around March 07, 2025. all Responsible Sources May Submit A Proposal Which Will Be Considered By This Agency. No Collect Calls Will Be Accepted. No Telephone Request Or Written Requests For The Solicitation Will Be Accepted.
INDIAN HEALTH SERVICE USA Tender
Software and IT Solutions
United States
Closing Date10 Dec 2025
Tender AmountUSD 60.2 K This is an estimated amount, exact amount may vary.
Details: This Is Asources Sought Notice. This Noticedoes Not Constitutea Request For Proposal, Request For Quote, Or Invitation For Bid. This Sources Sought Is A Market Research Tool Being Utilized To Determine The Availability Of Qualified Buy Indian/small Business Concerns Prior To Issuing A Request For Quote. This Is Not A Solicitation For Proposals, And No Contract Will Be Awarded From This Announcement. no Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement. All Responses Will Be Provided Via E-mail. No Presentations Will Be Scheduled. in Accordance With The Federal Acquisition Regulation 5.2, The Great Plains Area Indian Health Service, Aberdeen, South Dakota, Is Issuing A Sources Sought Notice In Support Of Market Research To Identify Firms To Provide Licensing Renewals, Maintenance, And Software Support For Areawide Service Units' Laboratory Information Systems Throughout The Ihs Great Plains Area.the Indian Health Service (ihs) Service Units Throughout The Great Plains Area Require Licensure Renewals, Maintenance, And Software Support. See Statement Of Work. the North American Industry Classification System (naics) Code Is 513210, With A Corresponding Standard Of $47.0. The Government Is Interested In Native-owned, 8(a), Small Business And Small Disadvantaged Business, Service-disabled Veteran-owned, Hubzone, And Women-owned Small Business Concerns. The Government Requests That Interested Parties Respond To This Notice, If Applicable, And Identify Your Business Status To The Identified Naics Code. the Written Responses To This Notice Should Consist Of The Following Items: company Name company Data Unique Entity Identifier (uei) company Point Of Contact, Mailing Address, E-mail Address, Telephone Number, Fax Number, And Website Address. name, Telephone Number, And E-mail Address Of A Company Point Of Contact With The Authority And Knowledge To Clarify Responses With Government Representatives. type Of Company: All Respondents Should Register On The System For Award Management (sam) At Https://www.sam.gov. respondents Will Not Be Notified Individually Of The Results Of The Sources Sought. important Notice: It Should Be Clearly Understood That This Sources Sought Notice Is Not An Award Or Commitment By The Government. The Offeror Is Further Advised That Funding May Not Become Available. If Funds Are Not Available, No Award Will Be Made. The Offeror Will Not Be Reimbursed For Any/all Effort Or Submission Preparation Costs. address Your Submission As Follows: Sources Sought #: Rfq/ss-25-002, Great Plains Area Indian Health Service, Attn: David Jones (contract Specialist), 115 4th Ave, Se, Aberdeen, Sd 57401, Email: David.jones@ihs.gov. all Offerors Are Advised To Register In The Systems For Award Management (sam) Database Before The Contract Is Awarded. Failure To Register In The Sam Database May Render Your Firm Ineligible For Award. For More Information, Check The Sam Website At Https://www.sam.gov. Completing The Electronic Annual Representations And Certifications Is Also Mandatory Before The Award Of A Contract.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Soon6 Feb 2025
Tender AmountRefer Documents
Details: Contact Information|4|n742.4|wr5|(717) 605-7562|amanda.a.gowdy.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection/acceptance Point|6|||||||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice & Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|tbd|n60138|n/a|n/a|n/a|n/a|n/a|n/a|n/a|not Applicable|
monetary Limitation Repair Purchase Orders|1|tbd|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|weapon Systems Support|
equal Opportunity (sep 2016)|2|||
warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery|one Year From Date Of Delivery |||||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|335312|1250 (# Of Employees)||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Hour And Date Specified For Receipt Of Offers Has Been Extended To 4:30pm On 06 February 2025.
1. This Is An Advanced Equipment Repair Program (aerp) Requirement.
2. The Resultant Award Of This Solicitation Shall Be Issued Bilaterally,requiring The Contractor's Written Acceptance Prior To Execution.
3. The Resultant Award Of This Solicitation Will Utilize Commercial Asset Visibility (cav). Please See Navsupwssfa24 For More Details.
4. The Following Proposed Delivery Schedule Applies:
final Delivery Of Material Shall Be On Or Before 365 Days After The Effectivedate Of The Resulting Award.
5. All Transportation To/from The Repair Site Will Be Paid For By The Us Navy.
6. This Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf).
7. Any Contract/order Awarded As A Result Of This Solicitation Will Be A "do"rated Order Certified For National Defense Use Under The Defense Priorities And Allocations System (dpas). See 52.211-14, Notice Of Priority Rating For National Defense, Emergency
preparedness, And Energy Program Use.
8. Quote Is To Be Submitted As An Estimated, Not-to-exceed Price For The Fullrepair Effort Of The Requirement. Contractor Shall Have 30 Days After Receipt Of The Item For Repair To Submit A Firm-fixed Price (ffp) For The Repair.
9. Include In Estimated/not-to-exceed Repair Price All Costs Associated With Receipt And Complete Repair Of Material That May Be In Unwhole Condition, Missing Hardware, Damaged, Handling Damage, Missing Parts, Wear Damage, And
cav Reporting. Also, Please Provide The Following:
a. Rtat:
b. Throughput Constraint:
c. Induction Expiration Date:
a Cost Of New Price Shall Also Be Provided In Addition To The Repair Price.
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirementis Measured From Asset Return To The Date Of Asset Acceptance Under The Termsof The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition Asset
at The Contractors Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth Regular
business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This Contract.
requested Rtat: 365 Days
offers Shall Reference The Proposed Rtat And Any Capacity Constraints.
price Reductions
any Assets For Which The Contractor Does Not Meet The Required Rtat Will Incura Price Reduction Of Xxxx Per Unit. This Adjustment Will Be Implemented Via Areduction Modification At The End Of Contract Performance. Price Reductionsmade Pursuant To This Section
shall Not Limit Other Remedies Available To Thegovernment For Failure To Meet Required Rtats, Including But Not Limited Tothe Government's Rights To Terminate For Default.
reconciliation
a Reconciliation Modification Will Be Issued After Final Inspection And Acceptance Of All Assets Included Under This Contract. The Parties Have Agreed To A Price (shown On The Schedule Page) For Each Unit At The Negotiated Rtat. Such Prices Are Based On The
contractor Meeting The Rtat Requirements Described Within The Schedule Page. If The Contractor Does Not Meet The Applicable Rtat Requirement, The Price Adjustment As Stated Shall Be Applicable. The Resultant Award Of This Solicitation Will Be Issued Bilaterally,
requiring The Contractor?s Written Acceptance Prior To Execution.
the Contractor Must Obtain Final Inspection And Acceptance By The Governmentfor All Assets Within The Rtats Established In This Contract.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Or Refurbishment And The Contract Quality Requirements For The Motor,direct Curren .
2. Applicable Documents
2.1 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 Must Take Precedence. Nothing In This Contract/purchase Order,
however, Must Supersede Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
2.1.1 Specification Revisions - The Specification Revisions Listed Under "documents References" Below Are The Preferred Revision. Older And/or Newer R Evisions Are Acceptable When Listed Within Contract Support Library Reference Number Csd155 In Ecds (electric
contractor Data Submission) At: Ht Tps://register.nslc.navy.mil/. This Is To Allow Contractors To Use Certain Acceptable Older Specification Revisions To Purge Their Existing Stock Of Material Certified To Those Older Revisions Or To Use Newer Specification
revisions When Material Is Certified To Newly Released Revisions,without Requiring The Submittal Of Waiver/deviation Requests For Each Specification Revision On Every Contract. Revisions Of Specifications Reflecting Editorial And/or Re-approval (e.g. E2009,
r2014, Etc.) Are Considered Inconsequential, But Are Acceptable When Their Revisions Are Listedwithin Csd155 Or Elsewhere Within This Contract.
2.2 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.2.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.2.2 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.2.3 The Documents And Drawings Listed Below Under Drawing No. Are Not Provided With This Contract/purchase Order.
drawing No Cage Rev Distr Cd
;d-500-160 51802 D D;
document Ref Data=mil-std-130 | | |n |121116|a| |01|
3. Requirements
3.1 Refurbished Material Statement Of Work (repair Sow) -
3.1.1 Inspection - Clean And Determine If Refurbishment Is Possible.
3.1.2 Re-useable Parts - Any Parts Of The Original Assembly That Are Useable (replacement Is Not Necessary), May Be Utilized As Initially Supplied.
3.1.3 Non-useable Parts - Any Parts Of The Original Assembly That Are Not Usable (replacement Is Necessary) Must Be In Accordance With This Contract, Including All Testing And Military Specification Requirements.
3.1.4 Refurbishment - Upon Completion Of Inspection, This Item Must Be Refurbished To Be In Accordance With ;cage 51820 , Drawing D- 500-160 Gr3; , Except As Amplified Or Modified Herein.
3.1.5 Additional Sow Requirements -
;n/a;
3.2 Marking - This Item Must Be Physically Identified In Accordance With Mil-std-130.
3.3 Configuration Control - The Contractor Must Maintain The Total Equipment Baseline Configuration. For Items Of Proprietary Design, Contractor Drawings Showing The Latest Assembly Configuration Must Be Provided To The Government Inelectronic (c4) Format.
definitions Are Provided Elsewhere In The Contract/purchase Order.
3.3.1 Waivers/deviations - Waivers And Deviations Must Be Designated As Critical, Major, Or Minor. All Waivers And Deviations Require Review And Approval Bythe Contracting Officer. A Copy Of Approved Waivers And Deviations With Related Oqe Must Be Submitted
via Wawf As Part Of The Entire Oqe Package. (soc Mcd C Material Requires Both Approved And Disapproved Waivers And Deviations Be Submitted) Requests Must Include The Information Listed Below.
a. A Complete Description Of The Contract Requirement Affected And The Nature Of The Waiver/deviation (non-conformance), Including A Classification Of Critical, Major, Or Minor.
b. Number Of Units (and Serial/lot Numbers) To Be Delivered In This Configuration.
c. Any Impacts To Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel Or Impacts To Theoperational Use Of The Product.
d. Information About Remedial Action Being Taken To Prevent Reoccurrence Of The Non-conformance.
3.3.2 All Requests For Waivers/deviations On Navsup-wss Contracts Must Be Submitted Using The Ecds (electronic Contractor Data Submission) System At Https://register.nslc.navy.mil/
3.3.3 Ecps - The Government Will Maintain Configuration Control And Change Authority For All Modifications Or Changes Affecting Form, Fit, Function, Or Interface Parameters Of The Equipment And Its Sub-assemblies. The Contractor Must Submit An Engineering
change Proposal (ecp) For Any Class I Or Ii Changes That Impact The Equipment Covered By This Contract. Ecps Must Be Prepared In Contractor Format, And Must Include The Following Information:
a. The Change Priority, Change Classification (class I Or Class Ii), And Change Justification.
b. A Complete Description Of The Change To Be Made And The Need For That Change.
c. A Complete Listing Of Other Configuration Items Impacted By The Proposed Change And A Description Of The Impact On Those Cis.
d. Proposed Changes To Documents Controlled By The Government.
f. Recommendations About The Way A Retrofit Should Be Accomplished.
g. Impacts To Any Logistics Support Elements (such As Software, Manuals, Spares, Tools, And Similar) Being Utilized By Government Personnel In Support Of Theproduct.
h. Impacts To The Operational Use Of The Product.
i. Complete Estimated Life-cycle Cost Impact Of The Proposed Change.
j. Milestones Relating To The Processing And Implementation Of The Engineeringchange.
3.4 Mercury Free - Mercury And Mercury Containing Compounds Must Not Be Intentionally Added Or Come In Direct Contact With Hardware Or Supplies Furnished Under This Contract. Mercury Contamination Of The Material Will Be Cause For Rejection.
4. Quality Assurance
4.1 Notes To The Contractor -
4.1.1 The Contractor For Proprietary Designs - Departures From Contractor Imposed Requirements, Not Specifically Covered By The Contract, Must Be Judged Individually On The Basis Of The Effect, If Any, On Contractual Requirements. The Departure Must Be
considered A Nonconformance And Be Submitted To The Pco For Disposition.
4.1.2 The Contractor For Proprietary Designs - All Records Of Departures From Contractor Imposed Requirements Must Be Maintained And Available For Review At The Contractor's Facility. A Record Of These Departures, Traceable To The Applicable Part Number And
contract Number Must Be Submitted To The Pco.
4.1.3 The Contractor For Proprietary Designs - For Proprietary Designs, The Contractor's Part Numbers Are Acceptable For Reference Only. The Delivered Material Must Conform To All Drawings, Specifications, And Other Contractual Requirements.
4.1.4 The Contractor - The Ecds (electronic Contractor Data Submission) System Is Available For Certain Data Submissions, And To Submit Questions And Clarifications, And Waiver Requests On Contracts And Solicitations. Ecds Can Be Found At:
https://register.nslc.navy.mil/
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Must 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 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
6.1.1 There Are 7 (seven) 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.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.2 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
Department Of Energy Tender
Others
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: The Princeton Plasma Physics Laboratory (pppl) Is A Partner In The U.s. Contributions To Iter Project. The U.s. Is One Of Seven Partners In This International Project To Produce A Fusion Reactor Grade Burning Plasma. Pppl’s Responsibilities Include The Supply Of Six Diagnostic Systems For Iter, Including The Upper Wide-angle Viewing System (uwavs). Development Of This System Has Recently Entered The Final Design Phase. Currently, Pppl Is Seeking Responses From Organizations, Whether Single Commercial Entities Or Consortia, With The Interest And Capability To Construct This System And Deliver Its Components To Other Groups Within The International Iter Organization. pppl Is Seeking Capability Statements From All Interested Parties That Possess The Technical Capability To Provide Support For The Requirements As Noted In The Uwavs Sources Sought Notice, Including Large Businesses And All Socioeconomic Categories Of Small Businesses And Historically Black Colleges And Universities (hbcu)/minority Institutions (mi), For The Purposes Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For This Effort. Pppl Reserves The Right To Consider A Small, Small Disadvantage (sdb), 8(a), Women-owned (wosb), Service-disabled Veteran (sdvosb), Economically Disadvantaged Women-owned Small Business (edwosb), Or Hubzone Business Set-aside Based On Responses Received. interested Firms Are Requested To Submit Information In The Form Of A Capabilities And Qualifications As Outlined In The Uwavs Sources Sought Notice. this Capability Statement Should Indicate The Ability To Be The Prime Subcontractor Or Lower-tier Subcontractor And Perform All Aspects Of The Effort Described Herein. It Is Insufficient To Provide Only General Brochures Or Generic Information. Additionally, Your Responses Must Include The Following: Name And Address Of Firm, Size Of Business; Whether They Are Large, Small, Sdb, 8(a), Wosb, Sd-vosb, Edwosb, Hubzone, And Hbcu/mi, And Affiliate Information: Parent Company, Joint Venture Partners, And Potential Teaming Partners. it Is Emphasized That This Sources Sought Notice Is For Planning And Information Purposes And Is Not To Be Construed As A Commitment By The Government To Enter Into A Contractual Agreement, Nor Will Pppl Pay For Information Solicited. Respondents Will Not Be Notified Of The Results Of The Evaluation. if A Solicitation Is Released, Then It And Any Additional Documents Will Be Available On Www. Sam.gov. It Is The Offeror's Responsibility To Monitor This Website For The Release Of The Solicitation And Amendments (if Any). Potential Offerors Will Be Responsible For Downloading Their Own Copy Of The Solicitation And Amendments, If Any. all Responses Shall Be Submitted Electronically Via E-mail To Khalif Stripling, Kstripli@pppl.gov, By January 15,2025. when Responding Please Reference Pppl Rfi_25_013-s. Uwavs Sources Sought In The Subject Line. technical And Procurement Questions Should Be Directed To The Above Point Of Contact.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date18 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|taylor Fasching, N741.9|gdh|see Email|taylor.m.fasching.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Reports (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To Extend The Closing Date To 18 February
2025.
all Other Terms And Conditions Remain The Same.
this Is A Ffp Unit Procurement Price To Acquire 10 Each Valve, Regulating, Synsn 7hh 4820 011964230. This Is The Only Nsn Authorized For Procurementagainst This Procurement Order.
the Period Of Performance Is 180 Days From The Date Of This Order. The Vendorwill Make Every Effort To Deliver Prior To The Established Delivery Date Ofthis Order At No Cost Or Liability To Either Party. Early And Incrementaldeliveries Are Authorized.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited In The Mail, Transmitted By Facsimile,
or Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
this Is A Rated Order Certified For National Defense Use, And The Contract Will Follow All The Requirements Of The Defense Priorities And Allocations System Regulation (15 Cfr 700). The Following Applies To This Purchase Order:
dcma Must Provide Inspection And Acceptance Of All Unit(s) Under This Contract Prior To Shipment. Failure To Ensure Dcma Inspection And Acceptance Occurs Prior To Shipment Will Prevent Or Delay Payment.
contractor Poc Name: ________________
phone Number: _______________
email: _______________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,regulating,sy .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Valve,regulating,sy Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No. ;78062 20859-001;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Description: Contact Information|4|n7m2.8|egu|717-605-1514|troy.l.cobaugh.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
inspection And Acceptance - Short Version|8|to Be Determined||||||||
wide Area Workflow Payment Instructions (jan 2023)|16|combo|n/a|to Be Determined|n00104|to Be Determined|to Be Determined|see Section B|to Be Determined|see Schedule|n/a|n/a||n/a|n/a||troy Cobaugh 717-605-1514|
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
option For Increased Quantity (mar 1989)|1|365 Days|
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|334412|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
the Purpose For This Amendment Is As Follows:
1. Adjust The Quantity From 18 Units To The Current Quantity Of 9 Units.
2. The Inclusion Of Options For This Requirement. Additional Information Regarding The Option Is As Follows:
the Option Provision Is Included In The Event The Government Has An Additional Requirement 365 Days After Issuance Of The Award. This Will Authorize The Government To Add The Additional Quantity, Up To The Percentage Cited, To The Order, Via Modification Without
having To Re-solicit.
it Is Requested That Pricing Be Submitted On The Option Provision.
evaluation For The Award Of The Proposed Requirement Will Be Based Upon The Lowest Aggregate Total Price Submitted For The Total Quantity, Inclusive Of The Option Provision. Casrep Accelerated Delivery Is Encouraged And Accepted At No Additional Cost To Government.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 33 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work.
your Quote Should Include The Following Information: Quote Amount And Rtat
unit Price:__________
total Price:__________
repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract. Check One: Firm-fixed-price ___ Estimated ___ Not-to Exceed (nte): ___ Return Material Authorization # (rma), If Applicable:__________ Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________ Testing And Evaluation If Beyond Repair T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment. The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________. Awardee Info & Performance Location
awardee Cage: __________ Inspection & Acceptance Cage, If Not Same As "awardee Cage": __________ Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As "awardee Cage":__________ Iot Compare Repair Price To Price To Buy New New Unit Price:__________ New Unit Delivery Lead-time:__________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Circuit Card Assemb .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Circuit Card Assemb Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall
be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other
contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;0kpc5 C97150-2
0kpc5 C97150-2c;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Soldering - The Requirements For Soldered Electrical And Electronic Assemblies Shall Conform To Ipc J-std-001, Class ;2; .
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
DEPT OF THE ARMY USA Tender
Others
United States
Closing Soon12 Feb 2025
Tender AmountRefer Documents
Details: Amendment 0001
the Purpose Of This Amendment Is To Provide Answers To Industry Questions In Attachment 4, Extend The Scheduled Due Date From February 7th2025 1:00pm Cte To February 12th 2025 1:00pm Cte, And To Update The Wage Determination. Please See All Attachments. All Other Terms And Conditions Remain The Same. Any Questions May Be Directed To Jesslyan Ortiz Albino (contracting Officer) At Jesslyan.m.ortizalbino.civ@army.mil And Indigo Delacruz (contract Specialist) At Indigo.a.delacruz.civ@army.mil. the Mission And Installation Contracting Command (micc) Fort Sill, Has A Requirement From The U.s. Army Garrison For A Firm Fixed Price (ffp) Contract. non-personal Services – Pumping Cleaning Services the Contractor Shall Provide All Necessary Personnel, Tools, Supplies, And Equipment Necessary To Clean Outside Grease Traps At Dining Facilities; Sand Traps And Oil Interceptors At Wash Racks And Car Washes; Clean And Service Pit Latrines, And Recycle Water Tanks At The Truck Wash Facility At Fort Sill, Oklahoma. The Period Of Performance (pop) Shall Consist Of One Base Period April 1, 2025 – 31 March, 2026, Plus Four One-year Option Periods, And 6-month Extension (if Needed). There Is No Guarantee That Each Option Will Be Exercised. Work Shall Be Conducted In Accordance With (iaw) The Terms And Conditions Of Contract And Commercial Practices. All Responsible Sources May Submit A Response Which, If Timely Received, Will Be Considered. the Standard North American Industry Classification System (naics) Is 562998 And The Small Business Size Standard Is $16.5 Million. The Government Will Issue A 100% Set-aside For Small Businesses Invitation For Bid (ifb). Contract Award Will Be Made Considering Price Only. A Firm Fixed Price (ffp) Contract Is Anticipated. Services Shall Be Procured Pursuant To The Regulatory Direction Of Far Part 14, Sealed Bidding Acquisition. Expected Award Shall Consist Of One Base Period Of Performance (1 April 2025 – 31 March 2026) And Four One-year Option Periods Of Performance (1 April 2026 – 31 March 2030). There Is No Guarantee That Any Option Period Of Performance Will Be Exercised. The Ifb Estimated Date Of Issue Is On 20 December 2024. All Responsible Sources May Submit A Response Which, If Timely Received, Will Be Considered. All Bids Must Be Submitted By 07 February 2025, 1:00pm Cst. See Solicitation For Bid Preparation Instructions. pursuant To Far 4.1102, Prospective Contractors Shall Be Registered In The System For Award Management (sam) Database Prior To Award Of A Contract. Contractors May Obtain Further Information On Sam Registration At The Following Website: Https://sam.gov/. This Announcement Does Not Obligate The Government To Award A Contract, Nor Does It Obligate The Government To Pay For Any Bid Preparation Costs. the Entire Solicitation Package Will Be Made Available On Www.sam.gov Website. Request For Copies Of The Solicitation Package By Any Other Means Will Not Be Honored. Potential Offerors Are Responsible For Monitoring The Sam.gov Website For Release Of The Solicitation Package Or Subsequent Solicitation Amendments. any Questions May Be Directed To Jesslyan Ortiz Albino (contracting Officer) At Jesslyan.m.ortizalbino.civ@army.mil And Indigo Delacruz (contract Specialist) At Indigo.a.delacruz.civ@army.mil.
9581-9590 of 10000 active Tenders