Website Tenders

Website Tenders

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

Others
Corrigendum : Closing Date Modified
United States
Description: Nsn 7r-4820-015150545-qe, Tdp Ver 001, Qty 55 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. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Soon10 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Contact Information|4|n712.11|ae4|717-605-5192|christian.d.spangenberg2.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|combo||na|n00104|na|na|see Schedule|see Schedule|||na|||||| 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 (jan 2025)|13|334290|800|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||| Casrep Accelerated Delivery Is Encouraged And Accepted At No Additional Cost To Government. all Freight Is Fob Origin. 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. government Source Inspection (gsi) Is Required. please Note Freight Is Handled By The Navy As Per The Commercial Asset Visibility (cav) Statement Of Work. 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): ___ Testing And Evaluation If Beyond Repair Teardown & Evaluation 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 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":__________ rtat, Throughput Constraint, And Induction Expiration Date Included In Subclin Remarks Above Are Defined As Follows: rtat: Repair Turn-around Time Defined As Induction Start Date To End Date (days). \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Interconnecting Box . 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. document Ref Data=mil-std-130 | | |n |121116|a| | | 3. Requirements 3.1 Cage Code/reference Number Items - The Interconnecting Box 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. ;70mf8 356-7082-501 53711 8571472; 3.2 Marking - This Item Shall Be Physically Identified In Accordance with ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 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.
Closing Soon13 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Description: Nsn 7r-2995-014546717-qe, Ref Nr 814269-3, Qty 31 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. 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. One Or More Of The Items Under This Acquisition Is Subject To: Free Trade Agreements, If Dfars Clause 252.225-7036 Buy American Act--free Trade Agreements--balance Of Payments Program, Is Included In Thesolicitation. The World Trade Organization Government Procurement Agreement And Free Trade Agreements, If Dfars Clause 252.225-7021 Trade Agreements, Is Included In The Solicitation.
Closing Soon10 Feb 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 4,335 To A Maximum Of 6,265 Gross Rentable Square Feet Of Commercial Storefront Space Within A 1¼ Mile Radius Of 18869-018875 South Dixie Highway, Miami, Fl 33157. The Space Shall Contain Adequate/assigned Parking For Approximately Seventeen (17) Government Vehicles Both During The Day And Overnight. The Lease Is For A Five-year Term With Government Termination Rights, And A Full-service Lease (to Include All Utilities And Janitorial Services) Is Preferred. Must Use Government Lease. The Government’s Space And Service Requirements Are Described In The Attached Documents Entitled Minimum And Specific Requirements, Construction Specifications And Construction Specifications Bid Proposal Worksheet, And Janitorial Services Specifications - Requirements. additionally, The Following Documents Which Contain Other Government Leasing Requirements Are Also Attached For Your Review: a. U.s. Government Lease For Real Property b. General Clauses; Gsa Form 3517b please Review All The Documents Thoroughly So That You Have A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b Document Is The Requirement To Register In The System For Award Management At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed Before Lease Award. for Your Proposal, Ensure That You Obtain A Contractor’s Bid To Complete The Build-out Based On The Requirements. Once You Have Obtained A Contractor’s Bid, Please Complete And Sign The Attached Proposal To Lease Space Form. additional Information Regarding This Solicitation May Be Obtained From John Jensvold At John.m.jensvold@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 John.j.jensvold@usace.army.mil No Later Than 11:59 Pm On Friday, March 7, 2025. after Receipt Of All Proposals, Conclusion Of Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Lowest Overall Cost To The Government. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately 30 Days Following The Initial Proposal Cut-off Date Stated Above. A Government Appraisal Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value For The Selected Site notice: The Following Information Is Provided For Situational Awareness And Is Not Required To Respond To This Sources Sought. All Contractors Must Be Registered In The System For Award Management (www.sam.gov) Prior To Award Of A Contract. All Proposed Contractors Are Highly Encouraged To Review Far Clause 52.232-33 Payments By Electronic Funds Transfer – System For Award Management, Which Indicates “all Payments By The Government Under This Contract Shall Be Made By Electronic Funds Transfer (eft).” Those Not Currently Registered Can Obtain Registration By Going To The Website Http://www.sam.gov. The Process Can Usually Be Completed From 24 To 48 Hours After Submission. Contractors Will Need To Obtain A Unique Entity Identifier (formerly Duns Number) For Processing Their Registration. If You Do Not Already Have A Unique Entity Identifier, One Can Be Obtained From Http://www.sam.gov. Refer To Www.sam.gov For Information Formerly Found In Ccr, Epls, Orca And Fedreg. Please Begin The Registration Process Immediately In Order To Avoid Delay Of The Contract Award Should Your Firm Be Selected. alert: You Must Submit A Notarized Letter Appointing The Authorized Entity Administrator Before Your Registration Will Be Activated. This Requirement Now Applies To Both New And Existing Entities. Effective 29 April 2018, The Notarized Letter Process Is Now Mandatory On All Current Registrants At Sam Who Have A Requirement To Update Data On Their Sam Record. The Notarized Letter Is Mandatory And Is Required Before The Gsa Federal Service Desk (fsd) Will Activate The Entity's Registration. Effective 29 June 2018, Vendors Creating Or Updating Their Registration Can Have Their Registration Activated Prior To The Approval Of The Required Notarized Letter. However, The Signed Copy Of The Notarized Letter Must Be Sent To The Gsa Federal Service Desk (fsd) Within 30 Days Of Activation Or The Vendor Risks No Longer Being Active In Sam. Vendors Can Check Whether An Account Is Active By Performing A Query By Their Cage Or Unique Entity Identifier (formerly Known As 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 Date8 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Description: Nsn 7h-5975-015434219, Tdp Ver 003, Ref Nr 12694-1, Qty 25 Ea, Delivery Fob Origin. The Government Does Not Own The Data Or The Rights To The Data Needed To Purchase / Contract Repair Of This Part From Additional Sources. It Has Been Determined To Be Uneconomical To Buy The Data Or Rights To The Data. It Is Uneconomical To Reverse Engineer The Part. Interested Parties May Obtain Copies Of Military And Federal Specifications And Standards, Qualified Products Lists (qpls), Qualified Product Databases (qpds), Military Handbooks, And Other Standardized Documents From The Dod Single Stock Point (dodssp) At Document Automation And Production Service (daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assist Help Desk At 215-697-2667 Or 215-697-2179(dsn: 442-2667), Or Mail Their Requestdla Document Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. 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 To The Contracting Officer Their Interest And Capability To Satisfy The Government's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
Corrigendum : Closing Date Modified
United States
Details: Solicitation Notice: Midcon Custom Sterile Procedure Packs The Veterans Health Administration (vha), Midwest Consortium (midcon), Has An Ongoing Requirement For The Supply Of Custom Sterile Surgical Procedure Packs And Associated Services For An Estimated 35 Va Medical Centers And Community Based Outpatient Clinics (cbocs). The Contractor Shall Be Responsible For Providing All Labor, Materials, Sterilization, Transportation, Equipment, Supervision, Quality Assurance, Electronic Communication, Ordering, Reporting, And Delivery Of The Packs While Remaining Incompliance With Federal, State, And Local Regulations To Provide Custom Sterile Procedure Packs And Creation Of New Packs, As Deemed Necessary For The Participating Medical Facilities. A Description Of Actual Requirements Will Be Included In The Attached Statement Of Work And Within The Solicitation Document. The Va Anticipates Awarding One (1) Five-year Contract. the Naics Code For This Procurement Is 339113, Surgical Appliance And Supplies Manufacturing, With The Small Business Administration (sba) Size Standard Of 800 Employees. The Psc Is 6515, Medical And Surgical Instruments, Equipment, And Supplies. this Requirement Is For The Acquisition Of Multiple Items. 13 Cfr §121.406(d) States That At Leaast 50% Of The Estimated Contract Value Be Composed Of Items Manufactured By Small Business Concerns. Based On Extensive Market Research, The Va Did Not Find Small Businesses That Manufactured The Components Of At Least 50% Of The Contract Value For This Requirement Even When Specific Class Waivers Were Taken Into Account. Therefore, The Analysis Of The Non-manufacturer Rule, 13 Cfr §121.406(b) And 13 Cfr §121.406(d) Confirms This Requirement Is Not Suitable To Be Set-aside For Small Business And S Hould Go Forward As An Unrestricted Solicitation. one Or More Of The Items Under This Acquisition Is Subject To The World Trade Organization Government Procurement Agreement And Free Trade Agreements." (far 25.4 Trade Agreements) offerors Desiring To Be Considered For Award Must Be Registered In The System For Award Management (sam.gov) Using This Naics Code And Have An Active Sam Account At Time Of Proposal Submittal And Award. For Additional Information And To Register In Sam, Please Access The Following Website: Www.sam.gov. This Procurement Also Requires Offerors To Complete The Electronic Representations And Certifications At The Sam Website. Any Resulting Award Will Be Awarded As A Firm-fixed Price Indefinite-delivery Indefinite- Quantity (idiq) Contract. paper Copies Of This Solicitation Will Not Be Issued. Each Potential Offeror Is Responsible For Checking The Website To Gain All Current Information Related To The Solicitation. The Solicitation And Any Further Announcements Regarding The Solicitation Will Be Posted Only At Https://sam.gov.
Closing Date24 Feb 2025
Tender AmountRefer Documents 

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Description: This Letter Request For Proposal (rfp) Is Issued For The Purpose Of Acquiring The Item Identified By The National Stock Number (nsn): 1615-01-653-8691, Part Number: 7-5r0430100-105, And Noun: Blade, Rotary Wing. In Reply, Please Reference Solicitation Number Sprra1-25-r-0012. The Government Requests Your Best Pricing And Delivery Terms For The Part Listed And Based On A Quantity Of 60 Units Per Ordering Periods 1, 2, 3, 4, 5, 6, 7, 8, 9 And 10 For A Total Of Ten Ordering Periods As Follows: Ordering Period 1 (cy2025), Ordering Period 2 (cy2026), Ordering Period 3 (cy2027), Ordering Period 4 (cy2028), Ordering Period 5 (cy2029), Ordering Period 6 (cy2030), Ordering Period 7 (cy2031), Ordering Period 8 (cy2032), Ordering Period 9 (cy2033) And Ordering Period 10 (cy2034). The Government’s Estimated Production Lead Time Is 1,140 Days. the Acquisition Specialist And Point Of Contact For This Solicitation Would Like To Draw Your Attention To Some Of The Requirements Of This Solicitation And Information That Will Be Detailed In The Attachments: • First Article Test (fat) Is Required And Is Deemed A Critical Safety Item (csi) • Item Unique Identification (iuid) Numbers Are Required As Well As Serial Numbers • Packaging Requirements: Reusable Container(s) Shall Be Contractor Furnished Material (cfm) • Serial Number Requirement Reporting (snrr) And The Army Maintenance Management System-aviation (tamms-a) Is Required the Price And Delivery Proposed May Be Negotiated Upon Closing Of This Solicitation. For Non-commercial Items Exceeding The $2,000,000 Threshold, Certified Cost And Pricing Data (ccpd) Must Be Submitted And In Accordance With Federal Acquisition Regulation Table 15-2. this Correspondence Constitutes A Letter Solicitation To Add The Depot Level Repairable (dlr) Part To Contract Sprpa1-22-d-001u. The Terms And Conditions Of Your Proposal Must Be In Accordance With Those Of The Basic Contract. This Requirement Has Been Advertised As A Contract Opportunity On The Sam.gov Website For Viewing By The General Public. If Another Supplier Indicates Interest In Responding To The Requirement As A Result Of Viewing The Synopsis, A Formal Solicitation Will Be Issued To Accommodate That Supplier. an Expedient Reply Is Requested. However, The Closing Date For The Referenced Solicitation Is No Later Than The Close Of Business On February 28, 2025. Please Send Your Proposal In Writing. All Efforts Will Be Made To Issue A Dlr-add Modification To The Basic Contract As Quickly As Possible. Please Submit Your Proposal For The Item Listed. the Acquisition Specialist And Point Of Contact For This Solicitation Is Jay Hobbs. Please Forward All Communications To Him At Email Jay.hobbs@dla.mil Or Telephone (256) 690-5136. Thank You For Your Interest In Supporting The Mission Of Dla Aviation.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Electrical and Electronics...+1Electrical Works
Corrigendum : Closing Date Modified
United States
Description: This Is A Solicitation For Uninterruptible Power Supply (ups) Preventative Maintenance (pm) And Repair To One Location At The Installation Per The Performance Statement Of Work Minimum Requirements. Pm's Will Be Done On A Quarterly Basis For A Period Of Performance Of 12-month Base And 2-year Options. Service To Be Done In Building 49 For Apc (brand: Symmetra) Model # Syiof500kmbr Serial # Qd1603122220 And All Related Ancillary Equipment. Service To Start On Or Around 1 April 2025. It Will Be Conducted Using Simplified Acquisition Procedures In Accordance With Far Part 12.6 And 13.5, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested; See Attachment For More. performance To Begin Approximately, On Or Around 1 April 2025. This Procurement Is Being Solicited As Unrestricted. The North American Industrial Classification Code (naics) Is 811310. The Related Small Business Size Standard Is $12.5m. All Responsible Sources May Submit A Quote, Which Shall Be Considered. In Accordance With Far 5.102(d), Availability Of This Solicitation Will Be Limited To The Electronic Medium. All Contractual And Technical Questions Must Be Submitted In Writing And May Be Emailed, Attn: Heidi Young Where The Answer Will Be Posted To Contract Opportunities Via Sam.gov. Questions Must Be Received No Later Than 7 Days Prior To The Closing Of This Solicitation. Questions Received After This Date May Be Considered Untimely And May Not Be Answered. No Telephone Questions Will Be Accepted. Notification Of Any Postponements And Any Amendments To This Solicitation Will Only Be Posted On This Website. It Is The Sole Responsibility Of The Offeror To Continually View This Website For Any Amendments Made To This Solicitation. Please Use The Attachments To Be Able To Submit Your Quote. Please See The Attached Sf1449 Addendum To 52.212-1 Instructions To Offerors For Further Submission Requirements. questions Can Be Submitted To The Contract Specialist On The Notification.
Closing Date25 Feb 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Others
United States
Details: ***contractor Questions And Government Responses (q&a) Are Posted Today, Monday, February 3, 2025.*** updated Documents Referenced In The Q&a Will Be Issued With Solicitation Amendment Fa813425rb0020001. However, The Government Is Providing Draft Attachment_7_c-12_section L-instructions To Offerors_rev01 For Planning Purposes Only. If There Is Any Change To The Draft Attachment_7_c-12_section L-instructions To Offerors_rev01 Document, List Of Change(s) Will Be Provided When Solicitation Amendment Fa813425rb0020001 Posts. documents Posted Today: c-12_cls_questions And Answers c-12_cls_controlled Questions And Answers attachment_7_c-12_section L-instructions To Offerors_rev01_draft the Q&a Contains Response(s)/document(s) That Have Export Control Marking. As A Result, To View These Export-controlled Response(s)/document(s), Youmust Submit An Approved Dd Form 2345 To The Contracting Officer. Companies That Have Already Submitted A Valid Approved Dd Form 2345 Previously Do Not Need To Resubmit, But Simply Request Access In Sam.gov. ___________________________________________________________________ *** The Government Is Still Making Updates To Documents And Aiming To Have The Q&a And Amendment 01 Posted As Soon As Possible. *** ___________________________________________________________________ *** The Government Anticipates To Issue Amendment 01 To The Rfp And Post The Government Responses To Vendor Questions Next Week. Amendment 01 Will Include Updates To Rfp Documents And An Extension To The Proposal Due Date. *** ___________________________________________________________________ *** A File On How To Download The Past Performance Information (ppi) Tool Is Uploaded Today, Tuesday, 14 Jan 2025. Please See Attached Word Document Named "ppi_tool_download_instruction". Please Note The Proposal Due Date Is Not Changed. *** ___________________________________________________________________ *** Details On Pre-proposal Conference Day (friday, 15 January 2025) Is Posted Today Tuesday, 31 December 2024. Please See Attached Document Named "c-12 Cls Pre-proposal Conference Instructions". *** *** Fillable Pre-proposal Conference Day Registration Form Is Posted Today, Tuesday, 31 December 2024. Please See Attached Document Named "c-12 Cls Pre-proposal Registration Fillable Form". Please Send Your Registration Form To The Contracting Officer, Ms. Hiwot Tamirat And Ms. Jennie Hendrix By E-mail At Hiwot.tamirat@us.af.mil And Jennie.hendrix.1@us.af.mil Nlt 1600 Cst On Wednesday, 15 January 2025. *** ___________________________________________________________________ *** Instruction On How To Access Controlled Documents Is Posted Today, 17 Dec 2024. Please See The File Named "contractor Vendor Controlled Documents Betasam" And "jcp Portal Access Guide" For Your Reference.proposal Due Date Is Not Changed. *** in Order To View Controlled Documents, You Need To Request Access And Have Assigned Role In Sam.gov. After You Have A Role Assigned In Sam.gov, Request To View The Documents And Ensure You Put Your Company’s Cage Code In The Request. If You Do Not Provide The Cage Code, This Will Delay Your Request For Access. access Will Be Granted To The Controlled Documents If An Active Dd Form 2345 Is On File For Your Company Via The Joint Certification Program (jcp) Website, Https://www.public.dacs.dla.mil/jcp/ext/. If A Dd Form 2345 Is Not Found Or Is Inactive, This Will Need To Be Updated And Active Before Access Will Be Granted To View Controlled Documents. Please Contact Sam.gov If You Are Not Able To View Controlled Documents After Registration. Pocs For This Requirement Will Not Be Able To Assist You. _____________________________________________________________________ this Is The Formal Request For Proposal (rfp), Fa8134-25-r-b002, For Contractor Logistic Support (cls) Services For Usaf C-12 Aircraft Fleet. This Acquisition Will Be A Full And Open Competition Resulting In Single Award Indefinite Delivery Indefinite Quantity (idiq) Contract. The North American Industry Classification System (naics) Code For This Effort Is 488190 With A Size Standard Of $40,000,000. all Questions Regarding This Solicitation Are Due By Friday, 10 January 2025 At 4:00 Pm Central Standard Time. Questions Shall Be Sent To The Contracting Officer At Email: Hiwot.tamirat@us.af.mil And Jennie.hendrix.1@us.af.mil. Please Submit Questions Regarding The Rfp Using The Excel Document Provided, "c-12 Cls Rfp Questions". virtual Pre-proposal Conference Is Expected To Be Held On Friday, 17 January 2025. Details On This Event Will Be Posted. To Register For The Pre-proposal Conference, Email The Contracting Officer At Email: Hiwot.tamirat@us.af.mil And Jennie.hendrix.1@us.af.mil Not Later Than Wednesday, 15 January 2025, At 4:00 Pm Central Standard Time. proposals Are Due By Friday, 14 February 2025 At 4:00 Pm Central Standard Time. all Proposals Shall Be Submitted Using Dod Safe, Https://safe.apps.mil/. All Interested Offerors Must E-mail Hiwot Tamirat, At Hiwot.tamirat@us.af.mil, And Jennie Hendrix At Jennie.hendrix.1@us.af.mil In Order To Receive A Request Code To Drop-off (upload) Files In Dod Safe. Complete Instructions Are Located In Attachment_7_c-12_section L-instruction To Offerors, Sections 2.6 And 2.7.
Closing Date14 Feb 2025
Tender AmountRefer Documents 
9591-9600 of 10000 active Tenders