Federal Contract Opportunities
Showing 501-550 of 1,797 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Naval Surface Warfare, Carderock Division (NSWCCD), has a procurement request for TS-4575/FDM Software Upgrade. See Performance Work Statement (PWS) for detailed description.
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.1.raja@usace.army.mil)
SOF Global Services Delivery Request for Proposal (DRAFT)
***NOTE*** Submission date identified here has been updated to show the potential submission date for this draft RFP. No proposals will be accepted from this draft RFP. <<BREAK>> Updated as of 14 Nov 2025 Due to the extended Government shutdown and impending holiday season, the Government has elected to delay the release of the SOFGSD Final RFP to Q2 FY26. A determination of the expected date of release has not been made yet, but it is expected to be within the beginning of Q2. Interested parties should expect to see at least one more draft RFP prior to the final release. Interested parties may continue to submit questions using the attached Q&A template with submission to the entire Contracting team identified in the draft RFP. <<BREAK>> Update as of 12 Sept 2025 This update is provided to place offerors on notice that a final rule for DFARS Case 2019-D041 - Defense Federal Acquisition Regulation Supplement: Assessing Contractor Implementation of Cybersecurity Requirements was released on 10 Sept 2025. A copy of the rule is located here: https://www.federalregister.gov/documents/2025/09/10/2025-17359/defense-federal-acquisition-regulation-supplement-assessing-contractor-implementation-of Based on the rule implementation date of 10 November 2025, and an anticipated RFP release date that falls after the implementation date, the Government will include a CMMC pass/fail requirement in the final RFP as qualifying criteria. It is currently anticipated that a "CMMC Level 1 (Self)" will be required at time of proposal submission. Potential offerors are encouraged to begin working to meet this requirement if you have not already done so. Please note that the rule requires that all identified team members will be required to meet this requirement at time of proposal. Prime offerors are encouraged to ensure team members have also completed this requirement, as a Prime offeror will be disqualified if it is determined that a identified team member does not also meet the CMMC Level 1 (Self) qualification. Sections L and M will be updated in a future draft RFP posting. <<BREAK>> Update as of 4 Sept 2025 Amendment 03 to this DRAFT solicitation is being provided. Questions submitted prior to 22 Aug 2025 have been included in the attached "Response to DRFP Amd 2 SOFGSD QnA". You may continue to submit questions until the Q&A submission date released in the final RFP. This date is still to be determined. The following attachments are being updated with this posting. If an attachment is not listed here, then it has not been updated. 0A SOFGSD Section L (Draft 20250904) 0B SOFGSD Section M (Draft 20250904) Atch 01 IDIQ SOW (r2 20250904) Atch 02 HTRO Self Score Matrix (Draft 20250904) Atch 04 Staffing Proposal Pricing Template (Draft 20250904) Atch 07 SOFGSD LCAT Descriptions (Draft 20250904) Response to DRFP Amd 2 SOFGSD QnA <<BREAK>> Update as of 10 Jul 2025 The Government is providing Amendment 02 to this DRAFT solicitation. No submitted questions are being answered at this time due to changes being made in this Amendment that negate most, if not all, currently submitted questions. The video files from Industry Day are significant in size and cannot be uploaded to this posting. We are in the process of determining another avenue for distribution and will update this posting when we are able. The following attachments are being updated with this posting. If an attachment is not listed here, then it has not been updated. 0A SOFGSD Section L (Draft 20250710) 0B SOFGSD Section M (Draft 20250710) Atch 02 HTRO Self Score Matrix (Draft 20250710) Atch 07 SOFGSD LCAT Descriptions (Draft 20250710) The template for submission of questions has also been updated. Please use this newer version to submit questions from this point forward. <<BREAK>> Update to post the Q&A that wasn't posted on Friday. <<BREAK>> Update as of 13 Jun 2025 6pm This notice includes revised draft information regarding the SOF Global Services Delivery (SOFGSD) acquisition. This notice is provided for purposes of providing industry with the most current information regarding SOFGSD and to receive industry feedback on the revised draft RFP in preparation for Industry Day discussions on 16 & 17 June 2025. Offerors are reminded that any correspondence must be sent to the full Contracting Team: Sherri Ashby (sherri.ashby@socom.mil), Christos Tragakis (christos.j.tragakis.civ@socom.mil), and Nichole Stahovich (nichole.l.stahovich.civ@socom.mil) to ensure maximum communication. Offerors are encouraged to review all documents provided with this updated notice. Note that file numbering has changed and additional documents have been provided. The list below shows all attachments as updated via this notice: 0A SOFGSD Section L (Draft) 0B SOFGSD Section M (Draft) 0C SOFGSD Section H (Draft) Atch 01 IDIQ SOW (r1 20250610) Atch 02 HTRO Self Score Matrix (as of 20250613) Atch 03 HTRO Cross Reference Matrix Atch 04 Staffing Proposal Pricing Template Atch 05 Work Sample Cover Sheet Atch 06 DCAA Preaward Survey Checklist Atch 07 SOFGSD LCAT Description (r120250613) SOFGSD Draft RFP Compiled Q&A 20250613 It is noted that the Government did not include a full list of the questions asked. There were a large number of repeat questions, for which the Government provided only one version, and some questions could not be answered by the Government due to the nature of the question. The Government attempted to provide clear and complete answers to the remaining questions. Note that the list of SLIDO questions asked during the SOF Week SOFGSD Sidebar have been included at the end of the Compiled Q&A file. Not all questions asked during the Sidebar were answered at that time, and the Government has not provided answers to any of these questions here. There were no slides shown during the Sidebar, and therefore, none are attached to this notice. <<BREAK>> Update as of 13 Jun 2025 at 10:30am SOFGSD Industry Day 16-17 Jun 2026 In-Person Attendance Location: 1925 E 2nd Ave, # 102, Tampa, FL 33605 Facility Sign-in: 8:00am The SOFWERX facility does not allow entry into the building before 8:00am. All attendees will be required to sign in on the tablets outside the main entry prior to entering the building. This process will be required on both days. Parking: Parking will be challenging. Please ensure you park only in approved locations. Please see Attachment “SOFWERX Information” for parking instructions and facility access information Virtual Attendance Virtual Attendance will be conducted via Microsoft Teams both days. Join the meeting: <https://teams.microsoft.com/l/meetup-join/19%3ameeting_OTllNjg2ZjMtZjNmZS00ZGRlLThkMDMtNTI3MzA1Nzk2NDVm%40thread.v2/0?context=%7b%22Tid%22%3a%224a5ddcb7-0ac6-4811-a341-f24a52596723%22%2c%22Oid%22%3a%22567bf249-b78c-47c7-bc2b-c2832965f163%22%7d> Meeting ID: 237 177 686 074 5 Passcode: ZH2gt3da Dial in by phone: (888) 558-1889,,884884022# <tel:8885581889,,884884022> United States (Toll-free) Phone conference ID: 884 884 022# General Daily Agenda 16 Jun 2025: The General Meeting will begin at 9:30am. This is a full day, with closing remarks anticipated to take place around 4:00pm. A lunch break will be included. 17 Jun 2025: The first briefing will begin at 9:30am. This is expected to be a half day, with the final briefing ending no later than 1:30pm A lunch break is not anticipated. <<BREAK>> Update as of 11 Jun 2025, 2:30pm Please note: you will not receive a confirmation notice or email from registering for either in-person or virtual attendance at Industry Day. When completing your registration, you would have been given notice on the site that you had been registered and have been shown the responses you provided to the registration questions. If you saw this, then you can be assured that you have been registered. <<BREAK>> Update as of 11 Jun 2025 Currently, we have reached in person capacity for Industry Day. No further requests for in person attendance can be accepted. However, virtual attendance registration will remain open until June 13th. To remove the appearance of unequal access, the Government has determined that 1-on-1 sessions will no longer be held for this solicitation. The Government will not be providing any additional information during 1-on-1s that has/will not have been made available through means such as the SOFGSD Side Bar, Industry Day, and multiple rounds of draft RFP Q&A. Additionally, the Government requests questions continue to be submitted through the current Q&A process to ensure all potential offerors receive the same information. Again, all previously scheduled 1-on-1s have been cancelled. To increase transparency, the Government will be conducting a second day of briefings that will focus on a deep dive into a sampling of core requirements and talk through some emerging requirements that may be competed under the SOFGSD IDIQ once awarded. Since Day 2 is specifically focused on a sampling of the types of work expected; the government will not address questions on the solicitation process, scoring, or other information on the IDIQ. Three sessions will be held on Tuesday, 17 Jun 2025 discussing different aspects of requirements that fall within the SOFGSD SOW. No separate registration is required, and all sessions will be made available virtual. <<BREAK>> Update as of 6 Jun 2026 - 2PM The Government has received an overwhelming number of requests for 1-on-1 meetings that far exceed the available timeslots. We are discussing options that are available to us in this situation, requesting input from leadership and our Legal Advisors. We will provide additional information regarding 1-on-1 meetings early next week. <<BREAK>> Update as of 6 Jun 2025 All available 1-on-1 meetings have now been filled. No additional times are available. <<BREAK>> Update as of 5 Jun 2025 SOFGSD Industry Day 1-on-1 meetings Offerors may use the link below to schedule 1-on-1 meetings with the Government team to discuss questions related to the SOFGSD acquisition. Meetings will not be used for business development or introductions. Only 41 time slots are available, and will be issued on a first come, first served basis. Meeting times are only available on 16, 17, and 18 June 2025, in 15 minute increments. Once these times are filled, no further dates will be provided. REMINDER: Meetings are restricted to small business offerors or the protege of a Joint Venture intending to Prime on this acquisition. Due to size limitations, you are limited to only two attendees. https://webmail.apps.mil/owa/calendar/SOFGSD1on1s@socom.onmicrosoft.com/bookings/s/WAvtrDhtb0GeEPAfizPrLA2 <<BREAK>> Update as of 29 May 2025 SOFGSD Industry Day as been formally scheduled for 16 Jun 2025. Location will be at SOFWERX - 1928 E 2nd Ave #102, Tampa, FL 33605. Access into SOFWERX will begin at 8:00am, with Opening Remarks beginning at 9:00am. Closing Remarks are currently scheduled for 2:30pm. Please use the following link to register for both virtually and in person attendance. All fields must be filled in. Registration Link: https://forms.osi.apps.mil/r/hSfX0Fp1ey An additional update and link will be provided NLT 4 Jun 2025 that will allow for a limited number of 15 minute 1-on-1 meetings to be scheduled over 16-18 Jun. These meetings will be limited to in-person only, and will be restricted to Small Business companies intending to Prime on this effort. DO NOT send emails requesting dates or times. This will ONLY be done through the link that will be provided NLT 4 Jun 2025. The Government is still in the process of consolidating all submitted questions in order to provide answers. They will be posted to this notice as soon as possible, but no later than two days prior to Industry Day. <<BREAK>> Update as of 21 May 2025 Industry Day for this requirement has been PRELIMINARILY scheduled for 12 Jun 2025, time is still to be determined but expect an early morning start of 9am or 10am. Location will be at SOFWERX - 1928 E 2nd Ave #102, Tampa, FL 33605. For companies wishing to attend in person, we will limit attendance to no more than two individuals per company. Directions for registration will be provided once the final schedule has been determined. Industry Day will also be conducted virtually and a link will be provided here once the final schedule has been determined. 1-on-1s will NOT be held for this requirement due to the significant interest. The Government is in the process of consolidating all submitted questions, to include those submitted durning the SOF Week Sidebar, in order to provide answers. They will be posted to this notice as soon as possible, but no later than two days prior to Industry Day. <<BREAK>> Initial Post This notice includes draft information regarding the SOF Global Services Delivery (SOFGSD) acquisition. This notice is provided for purposes of providing industry with the most current information regarding SOFGSD and to receive industry feedback on the draft RFP. Those contractors interested in proposing on this effort and desiring to provide value added feedback on the draft solicitation PRIOR to Industry Day must provide their comments/questions in the attached format via email to the Contracting Team: Sherri Ashby (sherri.ashby@socom.mil), Christos Tragakis (christos.j.tragakis.civ@socom.mil), and Nichole Stahovich (nichole.l.stahovich.civ@socom.mil) NLT 1200 hrs Eastern on 20 May 2025. Please review the documents in their entirety and submit only one comment document per company. Questions and answers will be discussed during Industry Day which will be scheduled at the end of May 2025. A subsequent amendment to this solicitation will be provided with information specific to Industry Day once details have been finalized. A formal milestone schedule has not yet been established. However, the following are the tentative dates for release of information concerning the new requirement: Industry Day: 12 Jun 2025 Final Draft RFP Comments/Questions Due: End of June 2025 Final RFP Release: Beginning of July 2025 ***UPDATE AS OF 18 APR 2025*** SOF AT&L - PEO Services will be hosting a SOFGSD sidebar during SOFWEEK! Please mark your calendars! WHO: PEO SV, KH Teammates WHAT: OPEN DISCUSSIONS WHEN/WHERE: 7 MAY 2025 @14:00 – 15:00, Tampa Convention Center (TCC) RM 118 & 119 WHY: Address concerns, contracting open topics, team engagements, socialize. *Notes and slides presented during this sidebar will be posted afterwards for those not attending SOF Week.
Air-Conditioning
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
Plumbing and Heating
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
Machine Repair
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Miscellaneous Aircraft Accessories
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Maintenance and Repair
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
IT- Business Application Software
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
General Freight and Trucking
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Aircraft Landing Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Electrical and Electronic Components
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Radar Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Testing and Inspection Physical Ppty
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Measuring and Testing Instruments
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Maintenance and Repair Specialized Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Fiber Optics
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Converters, Electrical Non Rotating
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Video Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
IT and Telecom
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Photography, Photocopy & Microfilm Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Welding and Soldering Supplies
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Optical Equipment
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Coatings and Engravings
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Heat Treating
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Machining Services for ALRE
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Commercial Hardware
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Sets, Kits, and outfits of handtools
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Hand Tools, Nonedged, Nonpowered
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Metals
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Nonmetallic Fabricated Materials
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Pipe, Tubing, Hose and Fittings
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Printer and Toner
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Gases Compressed and Liquefied
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Office Furniture (Except Wood) Manufacturing
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
Electrical Contractors and Other Wiring Installation
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
Commercial and Institutional Building Construction
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 Pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil.
Containers, Packaging and Packing Supplies
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Parts 12 and 13, as supplemented with additional information included in this notice. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst supports a variety of programs in the areas of Aircraft Launch and Recovery Equipment (ALRE), Common Support Equipment (CSE) and Peculiar Support Equipment (PSE) in support of Naval operations. In order to facilitate more expeditious procurement of requirements, the activity is awarding Blanket Purchase Agreements (BPAs) under various commodities and competing requirements through the Lakehurst BPA Tool to the BPA holders within each commodity. Synopsis/Solicitation N6833525Q0321 is being issued as an invitation to business concerns that are interested in becoming a prospective vendor on the BPA for the commodity indicated above to submit the information that is requested in the synopsis below. In accordance with FAR Part 19.501, the Government’s intent is to establish BPAs with Small Businesses. The awards issued will incorporate provisions and clauses that are prescribed by the FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and the Navy and Marine Corps Acquisition Regulation Supplement (NMCARS). This requirement is Set Aside for Small Business. NAWCAD Lakehurst intends to issue multiple BPAs in accordance with Simplified Acquisitions Procedures, Part 13 of the FAR to support the operational needs. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring supplies and services on an as-needed basis from qualified sources that are readily available. All calls/orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government will not be issuing a formal Request for Proposal. This combined synopsis/solicitation will allow for the review of interested companies’ qualifications and result in the award of BPAs. The Government does not intend to pay for any information provided under this combined synopsis/solicitation. The Government is not obligated to notify respondents of the results of this combined synopsis/solicitation. Because the needs of the activity are dynamic, NAWCAD Lakehurst intends to re-synopsize on a periodic basis to solicit additional submissions to add new vendors to the calling list. NOTE: In accordance with FAR Part 13.303-5, individual requirements will not be posted outside of the BPA commodity. Prospective vendors are invited to submit their responses to this combined synopsis/solicitation within the next 120 days, as vendors will be added on a rolling basis throughout the lifetime of the BPA commodity program. Once a company is issued a BPA there is no need to submit any response to subsequent combined synopsis/solicitation posting. There is no minimum or maximum Government obligation. Payments will be made using Government Credit cards or if required in compliance with DFARS 252.232-7006, “Wide Area Workflow Instructions (JAN 2023)”, the Government will utilize Wide Area Workflow (WAWF) (https://wawf.eb.mil/) to electronically process vendor requests for payment. Third party payment systems will not be accepted. Individual call orders shall not exceed, as applicable, either the Simplified Acquisition Threshold or the authority under FAR 13.500 to procure commercial products or commercial services up to $7.5M. Companies are cautioned that their BPA may not be renewed or may be cancelled if the company is not actively participating in the program by submitting bids in the Lakehurst BPA Tool or consistently have poor performance. Interested parties shall provide their Cage Code and Unique Entity Identifier (UEID) Numbers for verification of inclusion in the System for Award Management (SAM) along with a capabilities statement. The capabilities statement should include what the company’s primary business practice/trade is, and whether the company is a manufacturer or a supplier/distributor. Responsibility determinations will also precede issuance of a BPA and will be conducted in accordance with FAR Part 9.104. The Non-manufacturer rule will apply to all non-manufacturers in accordance with FAR Part 19.505(c). A non-manufacturer is any concern, including suppliers, that proposes to furnish an end item that it did not itself manufacture, process or produce. Also, in accordance with FAR Part 19.505(c), a non-manufacturer may not exceed 500 employees to be considered a small business. Because many NAWCAD Lakehurst requirements utilize drawings for which Export Control Laws apply, interested parties should provide a copy of their current, approved DD Form 2345. Should a vendor need to apply for and obtain a DD Form 2345, please visit the Joint Certification Program DD 2345 webpage: https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx Vendors can be issued a BPA without the approved form; however, you may not be eligible to receive drawings if you do not have an approved DD Form 2345. Delivery will normally be FOB Destination to Lakehurst, NJ. In the event that an FOB point other than Lakehurst, NJ is required, it will be specified in each individual solicitation and call. All BPA calls/orders shall be issued on a firm fixed-price basis. Companies interested in receiving a BPA shall submit the requested documentation no later than March 11, 2026, 1:00 pm (EST) via email to: karin.a.quagliato.civ@us.navy.mil. Please include N6833525Q0321 in the subject line. Responses or questions concerning this announcement should reference the Synopsis Number N6833525Q0321 and should be directed to Karin Quagliato at karin.a.quagliato.civ@us.navy.mil
Apache AH-64 Composite Main Rotor Blade
W58RGZ-25-R-0071 Solicitation for the Maintenance and Overhaul of the Composite Main Rotor Blade on the Apache Helicopter.
6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
SEP 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
6525--SEP 2025 Consolidation - HTME with Extended Installation Services (Includes Turnkey Services)
SEP 2025 Consolidation - HTME with Extended Installation Services (includes Turnkey Services)
DLA Commercial Solutions Opening (CSO) FY2026
A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data 4) Area of Interest 03: Emerging Engineering Services for Technical data 5) Supplemental Information_ Area of Interest 03 Emerging Engineering Services for Technical data.docx 6) Area of Interest 04: Emerging Engineering Services for Technical data 7) Supplemental Information_ Area of Interest 04 Emerging Engineering Services for Technical data.docx
DLA Commercial Solutions Opening (CSO) FY2025
A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data 4) Area of Interest 03: Emerging Engineering Services for Technical data 5) Supplemental Information_ Area of Interest 03 Emerging Engineering Services for Technical data.docx 6) Area of Interest 04: Emerging Engineering Services for Technical data 7) Supplemental Information_ Area of Interest 04 Emerging Engineering Services for Technical data.docx
DLA Commercial Solutions Opening (CSO) FY2025
A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data 4) Area of Interest 03: Emerging Engineering Services for Technical data 5) Supplemental Information_ Area of Interest 03 Emerging Engineering Services for Technical data.docx
DLA Commercial Solutions Opening (CSO) FY2025
A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT) 2) Area of Interest 02: Emerging Engineering Services for Technical data 3) Supplemental Information Area of Interest 02 Emerging Engineering Services for Technical data
DLA Commercial Solutions Opening (CSO) FY2024
A. Summary of Amendment 003 1. The Defense Logistics Agency (DLA) is conducting a commercial solutions opening (CSO) authorized by 10 U.S.C. § 3458 and Defense Federal Acquisition Regulation Supplement, Subpart 212.70, Defense Commercial Solutions Opening. DLA intends to solicit Solution Briefs in response to the addendum Areas of Interest (AOIs), which DLA may change, amend, open, and close from time to time at DLA’s sole discretion. Interested offerors are encouraged to frequently check this CSO from new or revised AOIs. DLA intends to keep this CSO SP4701-24-S-C001 open until 13 March 2026; however, DLA reserves the right to close this CSO at any time. 2. In accordance with 10 U.S.C. § 3458(c)(2), any contract or agreement DLA may award under pursuant to this CSO shall be fixed-price. DLA intends to award commercial contracts in accordance with DFARS 212.7002(b); however, DLA may, at DLA’s discretion, to award an other transaction agreement in accordance with 10 U.S.C. § 4022. 3. If you have any questions or concerns, please contact: Mr. Thomas Walsh Agreements and Contracting Officer DLA DCSO-P5 Thomas.Walsh@dla.mil Mrs. Lauren Runowski Agreements and Contracting Specialist DLA DCSO-P5 lauren.runowski@dla.mil 4. DLA provides no funding for any offer submitted to this CSO. DLA funding is only possible after a signed contract. B. Background: DLA is the Department of Defense’s logistics combat support activity. DLA provides worldwide logistical support to the military services and other authorized customers, which may include civilian organizations and foreign countries. Potential offerors may learn more about DLA at htts://www.dla.mil. C. How to Submit a Solution Brief. Prior to the closing date of the published Area of Interest, electronically submit to the person identified in paragraph A.3. of this CSO an unclassified Solution Brief, utilizing the Solution Brief template at Attachment 1. Mark as appropriate all parts of the Solution Brief considered proprietary. By submitting a Solution Brief, the offeror agrees to DFARS 252.227-7016, Rights in Bid or Proposal Information. The Solution Brief must ‘stand alone’. While the Solution Brief may include references to outside materials, links to website, etc., DLA WILL NOT AND CAN NOT consider such material. Similarly, DLA will not consider any accompanying slides, sales materials, integrated or outside videos, or the like sent with the Solution Brief. DLA may reject, without further consideration, Solution Briefs sent with extraneous materials. Offerors may submit multiple Solution Briefs for each AOI. While each Solution Brief may reference another Solution Brief, DLA WILL NOT AND CAN NOT consider that referenced Solution Brief in evaluating this submitted Solution Brief. Solution Briefs’ prices and all other terms and conditions must remain valid for 180 calendar days from the submission date of the Solution Brief. D. How DLA Will Make Any Awards. 1. DLA will first review Solution Briefs for conformance with this CSO. DLA will return Solution Briefs DLA finds not in conformance with this CSO. The offeror may, if the date and time stated in the Area of Interest has not passed, re-submit a revised Solution Brief. While DLA intends to complete this review diligently, DLA is under no obligation to complete this review soon enough for an offeror to submit a revised Solution Brief. Therefore, offerors should submit their best, conforming, Solution Briefs. 2. For Solution Briefs both received before the closing time of CSO and AOI, and also conforming to the CSO, DLA subject-matter expert technical evaluators will evaluate the Solution Brief. First, evaluators will evaluate Factor 1, Possibility of Funding, and rate the Solution Brief as either “Funding Possible” or “Funding Not Possible”. If evaluated as “Funding Not Possible,” evaluators will not evaluate the Solution Brief further and DLA will notify the offeror. If evaluated as “Funding Possible,” evaluators will continue their evaluations through the remaining factors, assigning each remaining factor one of the following ratings: “Exceptional,” “Good,” “Acceptable,” “Marginal,” or “Unacceptable.” All evaluation factors are described below. a. Factor 1: Possibility of Funding. Does funding reasonably exist to fund the proposed solution? Solutions with lower prices are favored. b. Factor 2: Technical Feasibility. How technically feasible is the proposed solution to an AOI, given the present state of the technology and science? Solutions with a lower technological risk profile are favored. c. Factor 3: Responsiveness. How responsive is the proposed solution to the AOI? Solutions responsive to the problem identified in the AOI, without creating new problems, are favored. d. Factor 4: Viability. How viable is the proposed solution given existing organizational and regulatory environments? Solutions compatible with existing DLA, DoD, and federal policies, processes, and procedures, are favored. e. Factor 5: Desirability. How desirable is the proposed solution to the eventual end-user? Solutions easily adaptable, useful, and implementable are favored. 3. After the above evaluation, the technical evaluators will then decide whether the solution proposed in the Solution Brief merits further consideration. Note that while Solution Briefs are not evaluated against other Solution Briefs, DLA has limited funding and acquisition manpower and thus cannot pursue all otherwise meritorious Solution Briefs. DLA also recognizes that industry resources in pursing business with DLA are limited. To the extent DLA must select between highly rated Solution Briefs to pursue further, DLA will aggregate the Factor 2 through 5 ratings together equally to discern the most highly rated Solution Briefs. If further discernment is necessary amongst highly rated Solution Briefs, DLA will then additionally consider the Factor 2 through 5 ratings in order of importance, with Factor 2 being the most important, Factor 3 being the second most important, Factor 4 being the third most important, and Factor 5 being the fourth most important. And if still additional discernment is necessary, DLA will then consider the price proposed in the Solution Brief and select for further consideration the lowest priced Solution Brief. 4. If the technical evaluators decide a proposed Solution Brief merits further consideration, technical evaluators will decide whether to further consider the proposed solution via a Pitch, Full Proposal, or both. Technical evaluators may also decide a Pitch or Full Proposal, or both, are unnecessary, and refer a Solution Brief for negotiation of a possible award as described in paragraph 5. a. Pitch: DLA would invite the offeror to ‘pitch’ the offeror’s proposed solution in a presentation, whether via a remote meeting, a face-to-face meeting, or other mutually agreeable means. DLA will advise the offeror of the parameters of the Pitch at that time. Offerors may propose different parameters; however, the final decision rests with DLA, as represented by the person noted in paragraph A(3). During the Pitch, the parties may verbally discuss the proposed solution. After the Pitch, DLA will decide whether an additional Pitch is desired, to request a full proposal, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. b. Full Proposal: DLA would invite the offeror to submit a full proposal. DLA will advise the offeror of the parameters of the full proposal at that time. Offerors may propose different parameters; however, the final decision rests with DLA. After receipt of the Full Proposal, DLA may communicate with the offeror about the Full Proposal, to better understand and review it. After reviewing the Full Proposal, DLA will decide whether an additional or revised Full Proposal is desired, to request a ‘Pitch’, refer the offeror to the supporting contracting activity for award negotiations, or to terminate further consideration of the offer. 5. If the technical evaluators refer an offeror to the supporting contracting activity for award negotiations, the supporting contracting activity will open negotiations with the offeror. The conduct of such negotiations are within the discretion of the cognizant Contracting Officer or Agreement Officer, as the case may be, as bounded by applicable law and policy. Offerors should note that the Contracting Officer, or Agreement Officer, is not required to award any contract and may close negotiations at any time at his or her discretion. Offerors should further note that should any in negotiation resulting in an award, the prices awarded must be ‘fair and reasonable’. E. Generally Applicable Information. 1. DLA provides no funds for partaking in any process described in this CSO. Any funds will be disbursed only in accordance with a signed contract or other transaction agreement. 2. Should DLA award an other transaction agreement awarded under this CSO, DLA may later award a follow-on production contract or other transaction agreement without further competition, in accordance with 10 U.S.C. § 4022. 3. Note that Chapter 21 of Title 41, United States Code, applies to all submitted proposals and any awarded contract, whether awarded under the FAR or 10 U.S.C. § 4022. 4. Note that DLA can only award to a responsible entity. Please see FAR Part 9 for further information. Attachments: 1) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 003) 2) DLA CSO SP4701-24-S-C001 Solution Brief Application (Conformed Through Amendment 002) Addendums: 1) Area of Interest 01: Direct Vendor Delivery Tracking (DVDT)
Houma Navigation Canal, Terrebonne Bay and Cat Island Pass, LA, Maintenance Dredging #24-1, Terrebonne Parish, Louisiana. ED 23-032
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. PLANS AND SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME; THEREFORE, NO QUESTIONS OF A TECHNICAL OR CONTRACTUAL NATURE WILL BE ACCEPTED OR ANSWERED UNTIL THE SOLICITATION IS ISSUED. INFORMATION CONTAINED IN THIS SYNOPSIS IS SUBJECT TO CHANGE The work consists of satisfactory removal and disposal of shoal material from within the Houma Navigation Canal channel limits as shown on the contract drawings, with disposal of dredged material into single point discharge locations delineated adjacent to the channel. No dike work is included with this project. The estimated value of this work is between $10,000,000 and $25,000,000. The solicitation will issued on or about Friday, March 29, 2024, and a bid opening date will be established in a future amendment. This is an UNRESTRICTED procurement. NAICS Code: 237990. The solicitation documents for this procurement will be posted on SAM (www.sam.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in SAM (www.sam.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Francesca deBoer at 504-862-1604 (email Francesca.E.deBoer@usace.army.mil). The Contracting Officer for this solicitation is Christopher Nuccio (email Christopher.Nuccio@usace.army.mil).
66--NAVIGATIONZLGHTZWHI
CONTACT INFORMATION|4|N743.43|WWJ|717-605-3992|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATIONS SECTION C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334514|850|||||||||||| 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 EST on 16 March 2026./ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (210 days) \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;NAVIGATION LIGHT WHITE; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 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. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=5486638 |53711| H| |D|0001 | H|49998|0329168 DRAWING DATA=5486639 |53711| W| |D|0001 | W|49998|3053606 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24560 | | |A |990205|A| | | 1 DOCUMENT REF DATA=MIL-DTL-24560 |0013| |D |990205|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| 3. REQUIREMENTS 3.1 ;The NAVIGATION LIGHT WHITE must be made in accordance with NAVSEA drawing 5486639 Item 46 and NAVSEA drawing 5486638 Detail 31-C, except as amplified or modified herein.; 3.2 Testing for all Critical Implodable Volumes must include submergence pressure test to ;134 psig; for 10 cycles: - Ten (10) minutes at test pressure for cycles 1-9 - One (1) hour at test pressure for cycle 10 The test must be conducted in 35 degrees Fahrenheit seawater if practical. Leakage or visible signs of external damage must be cause for test failure. Pressure and temperature testing equipment used to perform this test must be calibrated. Pressure Gauges used for this testing must conform to the following: 3.2.1 Selecting Master Hydrostatic Test Gages. When selecting a hydrostatic test gage, the test gage range should be greater than the test pressure but should not be more than twice that of the maximum test pressure except for test pressures below 60 psi as indicated on the "Master Gage Selection for Hydro". See Reference Number CSD012 of the Contract Support Library page of the Electronic Contractor Data Submission (ECDS) system at https://register.nslc.navy.mil/ 3.2.2 Master hydrostatic test gages and backup gages must have an accuracy of at least +1.0 percent of gage span. In addition, master hydrostatic test gages must have graduations equal to or smaller than those shown in Table 504-6-1. Backup gages may be installed with dial sizes of 4 1/2 inches or larger. 3.2.3 ;While the 10 cycle implodable volume test is preferred, the navigation light may be hydrostatically tested at 1500 psig for one hour in accordance with note 31.b of drawing 5486639, MIL-DTL-24560 and MIL-DTL-24560/13 for a Type II light assembly as an alternative. The hydrostatic test record will satisfy the contract data item for DI-MISC-80678 (SOC CRITICAL VOLUME TESTING); 3.3 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.4 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.4.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.4.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.4.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.5 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. 3.6 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.6.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.6.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.6.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.8 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.8.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.8.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.8.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.8.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.8.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.9 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.9.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.9.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.10 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.11 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.11.1 Visual examination upon receipt to detect damage during transit. 3.11.2 Inspection for completeness and proper type. 3.11.3 Verification of material quality received. 3.11.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.11.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.11.6 Identification and protection from improper use or disposition. 3.11.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.11.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.11.9 Material returned to the contractor must be handled as GFM. 3.12 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.12.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.13 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.13.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.13.2 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.14 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.14.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.14.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.14.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.15 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.15.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.16 See CDRL DI-MISC-80678 (SOC CRITICAL VOLUME TESTING) - The Critical Volume Test Record (Implodable/Explodable), as a minimum, must include the following information: a. Name(s), model number(s), and serial number(s) of component(s) tested. b. Date of test. c. Serial number(s) of gage(s) used for the test. d. Last calibration date of the pressure gage(s) used in the test. e. Next calibration due date of the pressure gage(s) used in the test. f. Test medium temperature required and actual test medium temperature used. g. Pressure range and accuracy of gage(s) used. h. Test pressure for each pressure cycle. i. Required and actual duration of each pressure cycle. j. Results of the test (i.e., SAT or UNSAT) per the above criteria. k. Printed name(s) and signature(s), or Identification Number(s) and signature(s) of test conductor(s)/inspector(s), and the date of each signature. 3.17 See CDRL DI-MISC-80678 (Special Emphasis C of C) The certificate of c compliance must show traceability to the marking applied on each individual item and must contain the following information. 1. Contractors name, address, phone number and date. 2. The NAVSUP contract/purchase order number (i.e. N00104-11-P-FA12) 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Lubricants sealants, anti-seize, and/or thread locking compounds. (N/A wh when Not Applicable).5. Cure date (N/A when Not Applicable). 5. Cure date (N/A when Not Applicable). 6. Manufacturers compound number (N/A when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding preformed on this Contract. (N/A when Not Applicable). 8. When pressure testing is required (e.g. hydrostatic, external tightness, seat tightness), the following information must be included on the C of C for each pressure test preformed: a. Name and serial number(s) of component(s) tested. b. Date of test. When multiple components are being tested, the date of the testing recorded on the C of C should be the date when the final component was tested for the lot. c. The required test pressure with tolerances, required number of cycles and required test duration and record the actual test pressures, actual cycles and actual durations accomplished during testing (e.g. Cycle 1 - 3 X 100 +/-5 psig for 5 minutes). d. The required test medium and required allowable leakage (when applicable) and record the actual test medium used and actual leakage experienced during testing (as applicable). e. A Test Acceptance Signature by Contractor's authorized individual must sign at the completion of all testing attesting that the person(s) who actually preformed or witnessed the tests verified that all associated test perameters were met, indicate acceptance of all recorded test data and certifying the satisfactory completion of the required test(s). NOTE: the contractors internal actual test records must list each component o or lot of components tested together identified by component serial number(s) and must note acceptability by the initials or identification number of the person reforming or witnessing the test and the date the test was performed. These test records must be maintained by the contractor for a minimum of seven years or as noted by the contract or contractually invoked documents. 9. A statement that any additional Hull, Mechanical and Electrical (HM&E) testing required, identified by name of test and that it was performed satisfactorily. If no additional HM&E testing is required, the statement should read "Hull, Mechanical and Electrical (HM&E) testing N/A.". 10. A statement to the effect that all items furnished on this contract are in full compliance with this procurement document including any invoked specification and drawings. 11. Contractors authorized personnels printed name, signature and date. 4. QUALITY ASSURANCE 4.1 Notes to DCMA QAR and the Contractor - 4.1.1 DCMA QAR and 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. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and 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 copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and 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 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and 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 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, ...
66--NAVIGATIONZLGHTZWHI
CONTACT INFORMATION|4|N743.43|WWJ|717-605-3992|NOELLE.M.SMITH10.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|SEE SPECIFICATIONS SECTION C & E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8|X||X|||||| GENERAL INFORMATION-FOB-DESTINATION|1|A| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|INVOICE AND RECEIVING REPORT (COMBO)||TBD|N00104|TBD|TBD|N50286|TBD|||N/A|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|ONE YEAR|365 DAYS AFTER THE LAST DELIVERY UNDER THIS CONTRACT||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334514|850|||||||||||| 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 EST on 16 March 2026./ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2.The following proposed delivery schedule applies: Submission of all certification data CDRLS 20 days prior to delivery. PNSY review/acceptance of certification CDRLS 6 working days after receipt Final delivery of material (210 days) \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 1.1.1 DSSP Scope of Certification Material - Material Control Division ;(B); applies to this material. 1.1.2 This ;NAVIGATION LIGHT WHITE; contains non-metallic materials which must satisfy the toxicity and flammability requirements of NAVSEA SS800-AG-MAN-010/P-9290. Use of any material other than that specified requires special engineering approval and may require testing. 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. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=5486638 |53711| H| |D|0001 | H|49998|0329168 DRAWING DATA=5486639 |53711| W| |D|0001 | W|49998|3053606 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-DTL-24560 | | |A |990205|A| | | 1 DOCUMENT REF DATA=MIL-DTL-24560 |0013| |D |990205|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=SS800-AG-MAN-010/P-9290 | | |A |200324|A| |42| 3. REQUIREMENTS 3.1 ;The NAVIGATION LIGHT WHITE must be made in accordance with NAVSEA drawing 5486639 Item 46 and NAVSEA drawing 5486638 Detail 31-C, except as amplified or modified herein.; 3.2 Testing for all Critical Implodable Volumes must include submergence pressure test to ;134 psig; for 10 cycles: - Ten (10) minutes at test pressure for cycles 1-9 - One (1) hour at test pressure for cycle 10 The test must be conducted in 35 degrees Fahrenheit seawater if practical. Leakage or visible signs of external damage must be cause for test failure. Pressure and temperature testing equipment used to perform this test must be calibrated. Pressure Gauges used for this testing must conform to the following: 3.2.1 Selecting Master Hydrostatic Test Gages. When selecting a hydrostatic test gage, the test gage range should be greater than the test pressure but should not be more than twice that of the maximum test pressure except for test pressures below 60 psi as indicated on the "Master Gage Selection for Hydro". See Reference Number CSD012 of the Contract Support Library page of the Electronic Contractor Data Submission (ECDS) system at https://register.nslc.navy.mil/ 3.2.2 Master hydrostatic test gages and backup gages must have an accuracy of at least +1.0 percent of gage span. In addition, master hydrostatic test gages must have graduations equal to or smaller than those shown in Table 504-6-1. Backup gages may be installed with dial sizes of 4 1/2 inches or larger. 3.2.3 ;While the 10 cycle implodable volume test is preferred, the navigation light may be hydrostatically tested at 1500 psig for one hour in accordance with note 31.b of drawing 5486639, MIL-DTL-24560 and MIL-DTL-24560/13 for a Type II light assembly as an alternative. The hydrostatic test record will satisfy the contract data item for DI-MISC-80678 (SOC CRITICAL VOLUME TESTING); 3.3 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.4 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.4.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.4.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.4.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.5 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. 3.6 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.6.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.6.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.6.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.6.4 A copy of the final waiver/deviation (both approved and disapproved) must be forwarded with the applicable asset(s). 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.8 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.8.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.8.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.8.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Deep Submergence Systems Program (DSSP) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at NAVICP-Mech may request the PCO waive this requirement. 3.8.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.8.5 Any changes made by the Contractor to a qualified quality system will require concurrence by the Government Quality Assurance Representative prior to adoption. 3.9 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. 3.9.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.9.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.10 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured/performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.11 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.11.1 Visual examination upon receipt to detect damage during transit. 3.11.2 Inspection for completeness and proper type. 3.11.3 Verification of material quality received. 3.11.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.11.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.11.6 Identification and protection from improper use or disposition. 3.11.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.11.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.11.9 Material returned to the contractor must be handled as GFM. 3.12 Traceability and Certification Requirements - To assure that correct materials are installed in DSSP systems, it is imperative that traceability be maintained from the material to all required Objective Quality Evidence (OQE). 3.12.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified elsewhere in the contract/purchase order. 3.13 Material Traceability - Traceability markings must be permanently applied to the material in accordance with MIL-STD-792 or to a tag affixed to the material, and annotated on the required OQE. The traceability marking may be any vendor traceability number/code which provides complete traceability to the required OQE. Traceability Marking/Identification may include such items as Nomenclature, Part Number, Technical Description, National Stock Number (NSN), etc. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.13.1 When traceability markings on the material would be removed by a manufacturing or fabrication process, the marking must be recorded prior to removal and be immediately restored upon completion of the process. If this cannot be done or is impractical, an appropriate material control procedure (such as a bag and tag, tagging, and/or tote box control) must be employed. The material control procedure must provide a method of positive control to preclude commingling of material or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.13.2 The material control process must include requirements for the maintenance of traceability for items sent out for subcontracted operations. If such operations would remove traceability markings on the material, purchase or work orders must specify a method and marking location for remarking. The contractor must also ensure that subcontractor production controls are adequate to preclude commingling of materials during processing. 3.14 Final Inspection - The following inspections must be performed prior to Government inspection and acceptance. 3.14.1 Material Sampling - Material must be inspected for form, fit, and function. Lot acceptance must be based on zero defects and lot rejection based on one defect. The sample size must be in accordance with the sampling plan(s) in the applicable military specification or standard, federal specification or standard, or drawing to which the material was manufactured. In the absence of such sampling plans, sampling inspection must be per ANSI/ASQ-Z1.4, general inspection level II (for sample size selection code), table IIA (for sample size). SMALL LOT SIZES - For lot sizes of fifty or less, the minimum sample size must be eight units. For lot sizes of eight or less, the sample size must be one hundred percent of the lot. 3.14.2 The Manufacturer may elect to use Statistical Process Control (SPC) to assure product quality in lieu of the above attribute sampling plan, provided that the SPC methodology/system used provides acceptable products to the Government. However, the Government Inspection Activity may perform their acceptance inspection of the material using the attribute sampling plan outlined above. 3.14.3 All OQE required by the Contract and all data concerning material traceability (OQE to traceability marking) must be 100% inspected. The certification test reports must also be 100% inspected for completeness and legibility. 3.15 Test Certification - When test certifications are required elsewhere in the contract, certification documents must be positive and unqualified. Disclaimers such as "to the best of our knowledge" or "we believe the information contained herein is true" are not acceptable. 3.15.1 If material is received without the required test certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.16 See CDRL DI-MISC-80678 (SOC CRITICAL VOLUME TESTING) - The Critical Volume Test Record (Implodable/Explodable), as a minimum, must include the following information: a. Name(s), model number(s), and serial number(s) of component(s) tested. b. Date of test. c. Serial number(s) of gage(s) used for the test. d. Last calibration date of the pressure gage(s) used in the test. e. Next calibration due date of the pressure gage(s) used in the test. f. Test medium temperature required and actual test medium temperature used. g. Pressure range and accuracy of gage(s) used. h. Test pressure for each pressure cycle. i. Required and actual duration of each pressure cycle. j. Results of the test (i.e., SAT or UNSAT) per the above criteria. k. Printed name(s) and signature(s), or Identification Number(s) and signature(s) of test conductor(s)/inspector(s), and the date of each signature. 3.17 See CDRL DI-MISC-80678 (Special Emphasis C of C) The certificate of c compliance must show traceability to the marking applied on each individual item and must contain the following information. 1. Contractors name, address, phone number and date. 2. The NAVSUP contract/purchase order number (i.e. N00104-11-P-FA12) 3. The national stock number (NSN). The 18 character National Stock Number for Special Emphasis Material includes the two digit COG, the four digit FSC, the 9 digit NIIN, and the two digit SMIC (i.e. 1H 4820 012345678 D4) ("N/A" when Not Applicable). 4. Lubricants sealants, anti-seize, and/or thread locking compounds. (N/A wh when Not Applicable).5. Cure date (N/A when Not Applicable). 5. Cure date (N/A when Not Applicable). 6. Manufacturers compound number (N/A when Not Applicable). 7. When weld procedure submittal is required by the contract, a statement that the approval date of the qualification data precedes any production or repair welding preformed on this Contract. (N/A when Not Applicable). 8. When pressure testing is required (e.g. hydrostatic, external tightness, seat tightness), the following information must be included on the C of C for each pressure test preformed: a. Name and serial number(s) of component(s) tested. b. Date of test. When multiple components are being tested, the date of the testing recorded on the C of C should be the date when the final component was tested for the lot. c. The required test pressure with tolerances, required number of cycles and required test duration and record the actual test pressures, actual cycles and actual durations accomplished during testing (e.g. Cycle 1 - 3 X 100 +/-5 psig for 5 minutes). d. The required test medium and required allowable leakage (when applicable) and record the actual test medium used and actual leakage experienced during testing (as applicable). e. A Test Acceptance Signature by Contractor's authorized individual must sign at the completion of all testing attesting that the person(s) who actually preformed or witnessed the tests verified that all associated test perameters were met, indicate acceptance of all recorded test data and certifying the satisfactory completion of the required test(s). NOTE: the contractors internal actual test records must list each component o or lot of components tested together identified by component serial number(s) and must note acceptability by the initials or identification number of the person reforming or witnessing the test and the date the test was performed. These test records must be maintained by the contractor for a minimum of seven years or as noted by the contract or contractually invoked documents. 9. A statement that any additional Hull, Mechanical and Electrical (HM&E) testing required, identified by name of test and that it was performed satisfactorily. If no additional HM&E testing is required, the statement should read "Hull, Mechanical and Electrical (HM&E) testing N/A.". 10. A statement to the effect that all items furnished on this contract are in full compliance with this procurement document including any invoked specification and drawings. 11. Contractors authorized personnels printed name, signature and date. 4. QUALITY ASSURANCE 4.1 Notes to DCMA QAR and the Contractor - 4.1.1 DCMA QAR and 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. When there is a disagreement between the Contractor and the Government representative as to the effect on contractual requirements, the departure must be considered a nonconformance and be submitted to the PCO for disposition. 4.1.2 DCMA QAR and 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 copy must be given to the local Government representative. A record of these departures, traceable to the applicablepart number and contract number must be submitted to the PCO. 4.1.3 DCMA QAR and 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 DCMA QAR - It is the responsibility of DCMA QAR to review Non-Destructive Testing (NDT) procedures for NAVSUP Contracts/Purchase Orders. 4.1.5 DCMA QAR and 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 Several definitions of terms that apply to CSI items are listed below. All terms may not apply to every item. 6.1.1 The ECDS (Electronic Contractor Data Submission) system is at: https://register.nslc.navy.mil/ This application will require advance registration using a PKI Digital Certificate on a CAC. A Vendor User Guide is available as CSD001 in the CSD (Contract Support Document) Library within ECDS. 6.1.2 Critical Safety Item (CSI) - Any ship part, assembly, or support equipment containing a critical characteristic whose failure, malfunction, or absence of which could cause a catastrophic or critical failure resulting in loss of, or serious damage to the ship, or unacceptable risk of personal injury or loss of life. 6.1.3 Critical Process - As determined by the TWH, any process, operation or action performed on a Ship CSI that serves to establish a critical characteristic (such as welding, soldering, machining, polishing, cleaning, or assembling) or confirm that a critical characteristic is within drawing or specification compliance (such as, testing, measurement, or non-destructive evaluation). 6.1.4 First Article - Pre-production models, initial product samples, test samples produced to ensure a manufacturer's capability to meet full specification requirements. 6.1.5 First Article Test (FAT) - Contractually required testing and inspection of a supplier's pre-production, production, or "production representative" specimens to evaluate a manufacturer's ability to produce conforming product prior to the Government's commitment to receive subsequent production items. First Article Testing is product specific and does not assess manufacturing process controls nor does it assure the effectiveness of the manufacturer's quality program. 6.1.6 Government Source Inspection (GSI) - GSI is independent oversight performed by a government representative usually a DCMA Quality Assurance Representative (QAR)) to assure that those unique product quality and system elements, identified by the Contracting Agency as important, are observed and evaluated. 6.1.7 Quality Assurance Letter of Instruction (QALI) - A QALI is a formal document initiated by a contracting activity that provides essential requirements and instructions for contracted materials to be independently verified and accepted by a government representative prior to shipment. 6.1.8 Objective Quality Evidence (OQE) - The quantitative and qualitative data of all mechanical, chemical, and performance tests performed (as required by the applicable specification, drawing, or purchase document) to prove that the material supplied conforms to the specified requirements. 6.1.9 Surface Discontinuity - Any surface irregularity, marking, or localized change in physical character of the surface, other than dimensional, that exists infrequently at one or several places. (Examples: burrs, dents, nicks, ...
FLANGE,PIPE
CONTACT INFORMATION|4|N743.22|WVP|771-229-0561|LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material|N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material|N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A|N/ A|See DD FORM 1423|PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL LYDIA.M.SHALOKA.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery|One year from date of delivery||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| 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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|332919|750|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2|X|| This amendment is being issued to extend the solicitation closing date. 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference to N00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DX" rated order; "DX" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government?s beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 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. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 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. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=1385861 |80064| H|DW |D|0001 | H|49998|0251098 DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |230223|A| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-C-24679 | | | |880506|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The 3 inch, 700 PSI Flange must be in accordance with Buships drawing 810-1385861, Type G, except as amplified or modified herein.; 3.2 ;The spotface diameter to be used on flanges is 1 1/4 inches. The spotfacing must not be cut more than 1/32 inch below the minimum flange thickness. Spotfacing which cuts into the hub of the flange is acceptable.; 3.3 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Flange; Material - ;MIL-C-24679, Alloy C71500; 3.4 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Test - Dye Penetrant Inspection Item - ;Flange; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-C-24679 Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.5 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.6 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.7 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.8 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 in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.8.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. 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 the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.8.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.8.3 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. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. 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 the product. 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 engineering change. 3.9 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. 3.10 Welding Requirements - When production or repair welding is required, the applicable welding procedure(s) and qualification data must be submitted for review and approval. In addition, the CONSUMED WELD METAL C of C as defined below must be submitted as part of the certification OQE package submitted by the Contractor. Note: These requirements do not apply to tack/spot welds when the conditions of Section 4.2.1.1 of S9074-AR-GIB-010A/278 are met. 3.10.1 Approval of the Contractor's qualification data must be obtained prior to performing any welding (production or repair). 3.10.2 If the Contractors qualification data has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the procedures and qualification data report to expedite the approval process. The approval letter must reference the applicable welding procedure and qualification data report identification/number. Prior approval does not guarantee acceptance for this or any future contracts. As far as practical, all procedures for the contract must be submitted at the same time. Welding procedures and qualification data must be submitted in a commercially available electronic format such as Adobe Acrobat PDF. The contractor must state the applicability of each weld procedure and qualification data submitted, citing the drawing number and pieces to be welded. (i.e. ''WP-123 and QD-123 are submitted for the weld joint between pieces 1 and 2 on drawing ABC'.' WP-456 and QD-456 are submitted for the hardfacing of piece 3 on drawing XYZ'') 3.10.3 The PCO's authorization for the use of weld procedure(s) and qualification data for the specific application as submitted does not mitigate the vendors responsibility to comply with the requirements of S9074-AQ-GIB-010/248, S9074-AR-GIB-010A/278, and the contract. 3.10.4 Authority for the repair of Special Repairs in castings, the repair of wrought material, or the repair of forged material must be obtained via request for waiver from the Procurement Contracting Officer. This request must describe the defect; including size, depth, location, and a description of the proposed repair. Repairs deemed minor or nominal in accordance with S9074-AR-GIB-010/278 can be made at contractor discretion in accordance with S9074-AR-GIB-010/278 requirements; however, Weld Procedure Specification (WPS) and Procedure Qualification Record (PQR) submittals are still required. This request for NAVSUP-WSS Contracts must be submitted via the Electronic Contractor Data Submission (ECDS) application. 3.10.5 Any new procedure qualification performed under this Contract will require the vendor to provide a minimum 72 hour notification to DCMA with an offer to observe the welding of the test assemblies. The 72 hour time limit may be modified upon mutual agreement between the vendor and DCMA. 3.10.6 When drawings require hardfacing surface Iron or Nickel content not to exceed 5%, the contractor must verify surface Iron or Nickel content by performing chemical testing as defined by the applicable drawing. The chemical test results must be submitted as part of the qualification data. 3.10.7 Additional qualification requirements for production hardfacing thickness less than 1/8-inch: Macro-etch (or legible photomacrographs clearly showing the fusion area) must be submitted for review and show consistent, minimized dilution. All essential elements and any elements not listed in S9074-AQ-GIB-010/248 that influence dilution must be in the qualification data and weld procedure, with strict limits placed on each essential element. 3.10.8 Preparation and retention of weld records is required, as specified by paragraph 4.1.3 of S9074-AR-GIB-010A/278. 3.10.9 When production or repair welding is required on titanium materials, the applicable fabrication plan, facilities procedure, training plan, and active welder qualification must also be submitted for review and approval. 3.10.10 If the contractor's fabrication plan, facilities procedure, training plan, or active welder qualification has previously been approved by the Navy for other contracts, a copy of the original approval letter may be submitted along with the applicable documentation to expedite the approval process. The approval letter must reference the applicable documentation. Prior approval does not guarantee acceptance for this or any future contracts. The contractor's fabrication plan, facilities procedure, training plan, and active welder qualification must be submitted at the same time as the applicable welding procedure(s) and weld procedure qualification data. All documentation must be submitted in a commercially available electronic format, such as Adobe Acrobat PDF. 3.10.11 A Certificate of Compliance is required for all weld filler metals used for production or repair welding, and must include the following: a) Filler Metal LOT number(s) b) Specification and Type c) A positive statement that the vendor has obtained OQE and verified thateach LOT of weld filler material conforms to specification requirements. d) A positive statement verifying that the weld filler metals were the correct material type or grade prior to consumption. 3.10.12 When production welds or repair welds are performed by a subcontractor,the requirement for submission of all certification documentation required herein must be passed down to the subcontractor. 3.11 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.11.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.12 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.13 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-4 3.13.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.13.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.13.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.13.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.13.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.14 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.14.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.14.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.15 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.15.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.15.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.15.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.15.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.15.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.16 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.16.1 Visual examination upon receipt to detect damage during transit. 3.16.2 Inspection for completeness and proper type. 3.16.3 Verification of material quality received. 3.16.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.16.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.16.6 Identification and protection from improper use or disposition. 3.16.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.16.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.16.9 Material returned to the contractor must be handled as GFM. 3.17 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.17.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.18 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.18.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.18.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.18.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;; 3.19 See CDRL DI-MISC-81020 (Chemical and Mechanical) - Material Certification - In addition to the certification data requirements specified in DI-MISC-81020, the following material certification requirements apply: 3.19.1 Quantitative chemical and mechanical analysis of material traceable to traceability markings is required. Material certification test reports must include the class, form, condition, grade, type, finish, and/or composition, as applicable, of the material supplied. 3.19.2 Re-identification and re-certification of material is required when the material is subjected to a process which alters it's properties. If the starting material or raw stock is processed in a manner that will not affect its chemical composition or mechanical properties, the original certifications for the chemical composition and mechanical properties, as required by the material specification, are acceptable. Re-certification of the chemical or mechanical properties is required if a process is used during fabrication that alters the original properties of the material (e.g. alloying, heat treating, or forming). In these instances, the properties of the material must be re-determined and documented to reflect the altered condition. The altered material must be uniquely re-identified with a new traceability number. The properties thus determined and documented, are required for final certification and must conform to the material specification or the contract/purchase order requirements. When only the mechanical properties are altered, the original certification forchemical composition must be overstamped and annotated with the unique traceability marking used with the altered material and at a minimum contain the information below. 3.19.3 Material certification data forwarded by the manufacturer must contain a signed certification that the report results represent the actual attributes of the material furnished and indicate full compliance with all applicable specification and contract requirements. Transcription of certification data is prohibited. 3.19.4 ELECTRONIC SIGNATURES. 3.19.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.19.6 Suppliers that use electronic signatures to authenticate company certifications and reports must ensure that process is controlled and unique to the individual signing the document. The signer must take a distinct action to electronically sign the document 3.19.7 Suppliers must develop one method of authentication to be provided at the time of signature. The authentication method must be based on something known only to the signer (e.g., a password) or based on something only the signer possesses (e.g., a card or other device). 3.19.8 Electronic signature applications must not allow unauthorized users tochange electronically signed documents or records. All changes to electronically signed documents or records made by authorized users must be revision- or date-controlled, must identif...