Federal Contract Opportunities
Showing 701-750 of 1,797 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Silicon Valley Innovation Program 5-Year Other Transaction Solicitation
The mission of the U.S. Department of Homeland Security (DHS) includes rapid identification and development of new technologies to counter emerging threats. Traditional procurement contracts are used to purchase supplies and services for the direct benefit and use of DHS, while assistance is provided through grants and cooperative agreements. Recognizing that those traditional instruments do not cover all the DHS needs, Congress provided DHS with authority to enter into “Other Transactions” in the same manner as the Department of Defense. DHS has developed a framework to utilize the flexibility of the Other Transaction Authority (OTA). This “Innovation Other Transaction Solicitation” (OTS) is a vehicle to engage with organizations that do not usually work with the Government in order to carry out prototype projects and possibly transition successful projects to production. This engagement is intended to assist new companies, so they have more opportunities to work with DHS through targeted non-dilutive funding and provide opportunities for operational testing and market access. Through the DHS Science and Technology Directorate’s (S&T’s) Silicon Valley Innovation Program (SVIP), DHS intends to incentivize product developers to open the aperture of their development roadmaps to include homeland security solutions. Please see additional information regarding this opportunity in the attached document. The Government is not requesting applications at this time. Submission requirements, content, and formatting for applications and other required documentation shall be in accordance with each Technical Call. Applicants should periodically check the SAM.gov website for any amendments to this solicitation and the associated Calls. 8/7/2024 Update - Provision of Revision 1 to OTS 70RSAT21R00000006.
Combined Synopsis/Solicitation for Rental Vehicles in Guam
This is a new requirement to supply rental vehicles for use in and around Andersen AFB (AAFB) and Antonio B. Won Pat International Airport, Guam in support of the Mobility Guardian 2025 (MG25). HQAMC/A37 requires specific types of vehicles to assist US forces in the transportation of personnel, equipment, etc. between AAFB, Won Pat, and various lodging facilities on the Island of Guam. The Period of Performance (PoP) for these rentals is 7 July 2025 - 4 August 2025. The follow vehicles are being requested: 4 SUVs 20 (15 passenger) Vans 15 Minivans 6 Multi Stop Trucks (Bread Truck) 5 Pickup Trucks (must be equipped with a tail hitch) 13 Sedans 63 Vehicles Total
Q402--CNH Service Contracts North Little Rock, AR- Multi-Award
Multi Award Community Nursing Home Services for Little Rock Arkansas
A-10 POD ASSY MLG Fairing LH & RH 5 YR IDIQ
**Attached is the TDP for the Sources Sought Synopsis FA8212-22-R-9999, Upcoming Contracting Opportunities, AND FA8212-22-R-0025 that is specific for the requirement A-10 POT ASSY MLG Fairing LH & RH 5YR IDIQ (Full & Open Competition (F&OC) NO SET-ASIDES - Open to Large and Small Firms that are pre-qualified through the Source Approval Request (SAR) Program and hence why the TDP is being provided early. Please submit the SAR package early so your bid can be considered.** 1. NOTICE: This is not a solicitation but rather, for planning purposes, a Sources Sought Synopsis (SSS) to seek qualified manufacturers by informing the public of upcoming contracting opportunities. Further, this notice is provided to promote and encourage early submissions of Source Approval Request (SAR) if the manufacturer is not pre-qualified and desire to be. 2. ACQUISITION TYPE: Full & Open Competition to Qualified Manufacturers. 3. REQUIREMENT DESCRIPTION: A-10 POD ASSY MLG Fairing LH&RH 5YR IDIQ: PN: 162J611521-1003A NSN: 1560-01-592-6923FJ (min 4ea; optional qty 8ea); and PN: 162J611521-1015A NSN: 1560-01-592-2577FJ (min 4ea; optional qty 8ea). Full & Open Competition. No Set-Aside. 4. RESPONSES: Manufacturers must be pre-qualified to bid on the requirement. If interested, please submit a Source Approval Request (SAR) IAW the Source Qualification Statement Spares (SQSS) that is also posted with this notice in reasonable time to allow the Government to process the SAR and the offeror can submit a full bid on-time. Please submit with the SAR a copy of the higher level quality requirement certification as a separate attachment. Please provide responses to the Contracting Officer, Leslie Evans, at leslie.evans.1@us.af.mil. Please provide the following information in the response; Firm’s name, CAGE code, and DUNS number, and Government point of contact Business type (large or type of small) for proposed or recommended NAICS Code Recommended NAICS Code Are you a manufacturer or authorized distributor for this requirement or subparts? Please note bids from distributors will not be considered. The requirement is a production contract to manufacture military aircraft parts. If the requirement is a total small business set-aside the more than 50% of the work must be performed by the prime qualified small business or subcontractor that is a qualified small business under the set-aside NAICS code per the small business non-manufacturer rules and there is no waiver. Thus, SAR packages and bids from distributors that do not meet the non-manufacturer rules will not be considered. Have you manufactured same or similar parts to include to commercial customers? If so, please provide evidence of with point of contact(s), contract numbers, results, etc., to demonstrate you are qualified manufacturer that deliver quality parts and the Govt can validate the information. Provide any anticipated teaming arrangements. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the teaming partner(s). Is there a different National Stock Number (NSN) or suitable part number? Is there an existing contract vehicle the USAF can order the parts from? Is there a DLA contract or GSA Schedule for the parts? What other acquisition strategy and contract type do you recommend and how will this provide the Government the best value? Discuss any concerns that may prevent receiving fair and reasonable pricing for the out –years. 5. Technical Data Package (TDP) Attached: The TDP is attached to the notice and is controlled data. You must request access and e-mail the Contracting Officer at leslie.evans.1@us.af.mil to approve your request. Please provide in the request the firm’s CAGE code so the Contracting Officer can verify the firm has an active DD Form 2345, Military Critical Technical Data Agreement.
UPCOMING CONTRACT OPPORTUNITIES - A-10 SPARES HILL AFB
SOURCES SOUGHT SYNOPSIS# FA8212-22-R-9999 UPCOMING CONTRACT OPPORTUNITIES: A-10 SPARES HILL AFB 27APR2022 1. NOTICE: This is not a solicitation but rather, for planning purposes, a Sources Sought Synopsis (SSS) to seek qualified manufacturers by informing the public of upcoming contracting opportunities. Further, this notice is provided to promote and encourage early submissions of Source Approval Request (SAR) if the manufacturer is not pre-qualified and desire to be. 2. ACQUISITION TYPE: Full & Open Competition to Qualified Manufacturers. 3. REQUIREMENT DESCRIPTION: **SEE ATTACHMENT** 4. RESPONSES: Manufacturers must be pre-qualified to bid on the requirement. If interested, please submit a Source Approval Request (SAR) IAW the Source Qualification Statement Spares (SQSS) that is also posted with this notice in reasonable time to allow the Government to process the SAR and the offeror can submit a full bid on-time. Please submit with the SAR a copy of the higher level quality requirement certification as a separate attachment. The SSS/ Upcoming Contracting Opportunities will be posted and updated with new opportunities until 30MAY2026. Please provide responses to the Contracting Officer, Leslie Evans, at leslie.evans.1@us.af.mil. Please provide the following information in the response; Firm’s name, CAGE code, and DUNS number, and Government point of contact Business type (large or type of small) for proposed or recommended NAICS Code Recommended NAICS Code Are you a manufacturer or authorized distributor for this requirement or subparts? Please note bids from distributors will not be considered. The requirement is a production contract to manufacture military aircraft parts. If the requirement is a total small business set-aside the more than 50% of the work must be performed by the prime qualified small business or subcontractor that is a qualified small business under the set-aside NAICS code per the small business non-manufacturer rules and there is no waiver. Thus, SAR packages and bids from distributors that do not meet the non-manufacturer rules will not be considered. Have you manufactured same or similar parts to include to commercial customers? If so, please provide evidence of with point of contact(s), contract numbers, results, etc., to demonstrate you are qualified manufacturer that deliver quality parts and the Govt can validate the information. Provide any anticipated teaming arrangements. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the teaming partner(s). Is there a different National Stock Number (NSN) or suitable part number? Is there an existing contract vehicle the USAF can order the parts from? Is there a DLA contract or GSA Schedule for the parts? What other acquisition strategy and contract type do you recommend and how will this provide the Government the best value? Discuss any concerns that may prevent receiving fair and reasonable pricing for the out –years. 5. Technical Data Package (TDP) Access: To access the TDP please e-mail the Contracting Officer at leslie.evans.1@us.af.mil. Please provide in the request the firm’s CAGE so the Contracting Officer can verify the firm has an active DD Form 2345, Military Critical Technical Data Agreement.
Expedited Research Implementation Series (ERIS)
The Defense Advanced Research Projects Agency (DARPA) in conjunction with its marketplace manager, The Applied Research Institute (ARI), is initiating a long-term, open call for new and novel technology solutions to support DARPA in advancing research, development, prototyping, experimentation, and adoption of disruptive, DARPA-relevant research and technology solutions. Specifically, DARPA seeks to obtain solutions or capabilities that deliver breakthrough technological advancements that are new as of the date of submission; or technologies, processes, research or methods that represent a new application as of the date of submission. This initiative, entitled the “Expedited Research Implementation Series” will solicit, collect, assess, and curate the most disruptive, revolutionary solutions, and make those solutions available through rapid acquisition pathways. ERIS is a digital environment of post-competition video pitches. The video solutions housed within the marketplace have been assessed through competitive procedures that exceed the competition requirements of 10 USC 4021, 10 USC 4022 and 10 USC 4023 and thus are readily available to be viewed, selected, negotiated, and awarded by DoD activities via the appropriate Other Transaction Authority. ERIS provides a venue for Government organizations to search, view, review, compare, contrast, contact, negotiate, and procure breakthrough technologies and capabilities through rapid acquisition pathways. For industry, academia, and individual developers, ERIS is a valuable tool to promote revolutionary technologies, capabilities, and research to DARPA in an environment with a rapid acquisition, Other Transaction based, pathway. - R5: Announcement extended and minor updates, marked via yellow highlights.
Expedited Research Innovation System (ERIS)
The Defense Advanced Research Projects Agency (DARPA) in conjunction with its marketplace manager, The Applied Research Institute (ARI), is initiating a long-term, open call for new and novel technology solutions to support DARPA in advancing research, development, prototyping, experimentation, and adoption of disruptive, DARPA-relevant research and technology solutions. Specifically, DARPA seeks to obtain solutions or capabilities that deliver breakthrough technological advancements that are new as of the date of submission; or technologies, processes, research or methods that represent a new application as of the date of submission. This initiative, entitled the “Expedited Research Implementation Series” will solicit, collect, assess, and curate the most disruptive, revolutionary solutions, and make those solutions available through rapid acquisition pathways. ERIS is a digital environment of post-competition video pitches. The video solutions housed within the marketplace have been assessed through competitive procedures that exceed the competition requirements of 10 USC 4021, 10 USC 4022 and 10 USC 4023 and thus are readily available to be viewed, selected, negotiated, and awarded by DoD activities via the appropriate Other Transaction Authority. ERIS provides a venue for Government organizations to search, view, review, compare, contrast, contact, negotiate, and procure breakthrough technologies and capabilities through rapid acquisition pathways. For industry, academia, and individual developers, ERIS is a valuable tool to promote revolutionary technologies, capabilities, and research to DARPA in an environment with a rapid acquisition, Other Transaction based, pathway. - R6: Three new enduring topic areas, update evaluation criteria/rubric, and updates throughout marked via yellow highlights.
Seismic Resilience of Large Power Transformers: Shake Table Test
INTRODUCTION Battelle Energy Alliance, LLC (BEA) Management & Operating Contractor of the U.S. Department of Energy (DOE) owned Idaho National Laboratory (INL), is seeking an Expression of Interest (EOI) from industry providers to provide information regarding solutions aimed at increasing the seismic resilience of large power transformers. BACKGROUND The flexibility and density of massive power transformer tanks can cause them to act as a vibration amplifier for equipment mounted on them. During an earthquake, the transformer tank and mounted bushings can be in resonance, increasing the shaking in the bushing beyond its design levels and resulting in bushing failure. As seen in past earthquakes around the world, this seismic vulnerability can concurrently damage many transformers and cause cascading failures on the grid. INL is currently working to address this vulnerability by developing a low-cost retrofittable bushing decoupler system. The system will be designed with modern materials, mounted at the bushing base, and can be tuned to any bushing-transformer combination to avoid resonance. As a part of this effort, INL is performing large-scale shake table testing of a fully dressed 230 kV power transformer at the University of California San Diego Large High Performance Outdoor Shake Table (LHPOST) facility. In addition to this first-of-a-kind bushing decoupler system, INL will also test another mitigation option called seismic base isolation, which involves placing the transformer on isolator devices that absorb the incoming earthquake energy and alter the system structural dynamics to protect the transformer. A few units have been installed this way; however, full scale experimental testing on a fully dressed power transformer is lacking. The bushing decoupler technique is the focus of this project, which aims to perform a shake table test of a large power transformer in its substation installation configuration. INL is seeking industry partners interested in participating in this first-of-a-kind test by providing feedback on test plans as well as additional experimental suggestions that should be considered during this test. Depending on the scope of additional experimental suggestions and involvement, partner(s) could provide funds and additional equipment resources necessary to facilitate additional concurrent testing or testing extensions. SUBMITTAL REQUIREMENTS Interested entities are requested to provide expressions of interest (via email) by close-of business on 06/01/2026. Note that responses must be no more than 2 pages in length in PDF format. Should you have questions, or need additional information, please contact Bjorn Vaagensmith, Power Systems Researcher via email at Bjorn.Vaagensmith@inl.gov and Small.Business@inl.gov or Jake Gentle, Program Manager, via email at jake.gentle@inl.gov with the subject line “Response to Seismic Resilience of Large Power Transformers: Shake Table Test.” Technical questions must be submitted in writing via email no later than 3 days prior to final submission. Only potentially qualified offerors, as determined by BEA, will be contacted for further discussions or the release of a request for proposal for the project. PROPRIETARY INFORMATION Because information received in response to this EOI may be business sensitive or proprietary to the responding party, respondents must mark information in their responses accordingly.
Defense Sciences Office (DSO) Office-wide BAA
The Defense Advanced Research Projects Agency (DARPA) Defense Sciences Office (DSO) is soliciting proposals that investigate innovative approaches that enable revolutionary advances in science, devices, or systems for national security applications. Specifically excluded is research that primarily results in evolutionary improvements to the existing state of practice.
Defense Sciences Office (DSO) Office-wide BAA
The Defense Advanced Research Projects Agency (DARPA) Defense Sciences Office (DSO) is soliciting proposals that investigate innovative approaches that enable revolutionary advances in science, devices, or systems for national security applications. Specifically excluded is research that primarily results in evolutionary improvements to the existing state of practice.
NUT, RETAINING
CONTACT INFORMATION|4|N743.22|WVX|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|X||X|||||| TIME OF DELIVERY (JUNE 1997)|20|0001|100|365 Days|||||||||||||||||| 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|S4306A - Material|N/A|N/A|See D D1423|PORT_PTNH_WAWF_NOTIFICATION@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 2025)|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|332722|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| 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 (365 days) Please quote actual delivery days. Early and incremental delivery is acceptable at no additional cost to the Government. 4. Any contract awarded as a result of this solicitation will be "DO" rated order; "DO" 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=7016077 |53711| B| |D| | | | DRAWING DATA=7016077B194 |53711| A|ER |D| | | | 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=ASTM-B446 | | | |241101|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-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=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The Valve Disc Nut must be in accordance with Naval Sea drawing 845-7016077, Item 10 with General Notes drawing 803-5959311 and liability ER7016077B194, except as amplified or modified herein.; 3.2 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Valve Disc Nut; Material - ;ASTM-B446, UNS N06625, Grade 1; 3.3 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 - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 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 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. 3.6 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. 3.7 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. 3.7.1 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. 3.7.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.7.3 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. 3.8 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. 3.9 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. 3.9.1 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 ^ 3.10 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. 3.11 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 3.11.1 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. 3.11.2 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. 3.11.3 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. 3.11.4 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. 3.11.5 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. 3.12 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. 3.12.1 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. 3.12.2 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. 3.13 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." 3.13.1 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. 3.13.2 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. 3.13.3 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. 3.13.4 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. 3.13.5 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. 3.14 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: 3.14.1 Visual examination upon receipt to detect damage during transit. 3.14.2 Inspection for completeness and proper type. 3.14.3 Verification of material quality received. 3.14.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.14.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.14.6 Identification and protection from improper use or disposition. 3.14.7 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. 3.14.8 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. 3.14.9 Material returned to the contractor must be handled as GFM. 3.15 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. 3.15.1 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. 3.16 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. 3.16.1 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. 3.16.2 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. 3.16.3 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ;Marking area must be as shown on drawing 7016077.; 3.17 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: 3.17.1 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. 3.17.2 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. 3.17.3 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. 3.17.4 ELECTRONIC SIGNATURES. 3.17.5 Electronic signatures on Level I certification documents are consideredequivalent to handwritten signatures. 3.17.6 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 3.17.7 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). 3.17.8 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 identify the person making the change, and must clearly reflect that the document or record has been revised. 3.17.9 The prime contractor, as a minimum, must flow down the electronic signature requirements to their sub-tier suppliers and sub-contractors that provide electronically signed company certifications and reports to ensure that they have a procedure to control and identify unique processes for only allowing authorized individuals to sign documents. 3.17.10 Statements on material 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. 3.17.11 If material is received without the required certification papers or with incorrect/missing data on the certification papers, the material will be rejected. 3.17.12 Revisions of OQE must be provided by the originating organization and must include a description of the data modified along with the proper signature requirements herein. 3.17.13 In cases of foreign certification, conversion of foreign language unitsof measure and properties measured into U.S. units of measure must be annotated on the furnished foreign certifications, if space permits, or placed on an addendum in the same format as the foreign certification data. Such conversion must be identified as to origin with name, title, and signature of the authorized representative of the company making the conversion. 3.17.14 The certification data requirements contained in this appendix must beinvoked on the prime contractor who must delegate these requirements to all sub-tier contractors supplying Level I material. 3.18 Material Handling - The written material control process must include the following: 3.18.1 All raw materials must have traceability markings (except as specified below). 3.18.2 Stored raw materials requiring traceability must be segregated to preclude intermingling with materials not requiring traceability. 3.18.3 When traceability markings will 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 heats/lots or loss of traceability. The traceability marking must be reapplied upon completion of the final manufacturing process. 3.18.4 Brazing or weld filler metals for strength welds forming or integral with pressure containing components or assemblies requiring traceability must be verified to be the correct material, and type or grade, as applicable, prior to consumption. At a minimum, material verification must consist of inspection of material test reports for conformance to specified requirements. Control of welding and brazing filler metals must be maintained to the point of consumption to assure use of the correct type and grade. Markings and traceability requirements do not apply to brazing and weld filler metals after consumption. It is the responsibility of the prime contractor to ensure conformance with the above requirements on welds performed by their subcontractors. 3.18.5 Purchase orders for raw material must specify that the material be traceable to material certification test reports by traceability markings on the material and identified on the test reports. The certification data requirements contained in DI-MISC-81020 must be invoked by the prime contractor on all subcontractors supplying Level I material. 3.18.6 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, 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. 3.19 Receiving inspection - 3.19.1 Products and services produced by sub-tier suppliers for incorporation in the contract end item must be subject to inspection or audit at the time of receipt by the prime prior to further processing within the prime contractor's plant or shipment to another location. 3.19.2 Receiving Inspection must include as a minimum - Verification that the traceability marking on the material agrees with that on the certification test reports. Verification that certification test reports are legible and complete. Verification that the contents of the certification test reports are in compliance with the contractually invoked specifications and requirements. 3.20 Discrepancy reporting - 3.20.1 Nonconforming products from sub-tier suppliers must be identified and processed in accordance with the prime contractor's procedures for controlling nonconforming products. The prime contractor must report the receipt of any nonconforming products to the responsible sub-tier supplier in accordance with established procedures. Nonconforming material records must be maintained and available for review by the government Quality Assurance Representative (QAR). 3.21 Final Inspe...
Broad Agency Announcement (BAA) C4ISR, Information Operations, Cyberspace Operations and Information Technology System Research, Cryogenics and Quantum
Naval Information Warfare Center, Pacific (NIWC Pacific) is soliciting white papers and proposals in accordance with Federal Acquisition Regulation (FAR) 6.102(d)(2), FAR 35.016 and Department of Defense Grant and Agreement Regulations (DoDGARS) 22.315(a) which provides for competitive selection of basic research, applied research, advanced technology development, and advanced component development and prototype (hereinafter referred to as research). Submissions in response to this announcement shall be for areas relating to the advancement of Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) capabilities, enabling technologies for Information Operations and Cyberspace Operations, and Information Technology systems. Accordingly, proposals selected for award are considered to be the result of full and open competition and fully compliant with PL 98-369, The Competition in Contracting Act of 1984. This BAA is for procurement contracts (hereinafter referred to as contracts), grants, cooperative agreements, and other transactions. Proposed research should investigate unique and innovative approaches for defining and developing next generation integratable C4ISR capabilities and command suites. Dates: Posting Date ? 06/10/2025; Closing Date ? 365 calendar days from the original posting date (white papers and proposals are due by 4:00pm Pacific Time Zone on the closing date).
Command Wide Broad Agency Announcement for Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) Research, Development, Testing, and Evaluation
This announcement constitutes a Broad Agency Announcement (BAA) for the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) under FAR 6.102(d)(2) and FAR 35.016. This announcement is open for one year and will be advertised annually. NAVFAC EXWC provides research, development, testing, and evaluation (RDT&E) to deliver specialized facility, ocean system, and expeditionary solutions to the warfighter. To be eligible for consideration and possible contract award, the technology or methodology shall be in either applied research (Category 6.2), advanced technology development (Category 6.3), or advanced component development and prototypes (Category 6.4) (https://www.dau.edu/glossary/research-development-test-and-evaluation-budget-activities). Furthermore, the technology or methodology shall address one of the following topic areas that advance Naval capabilities: Topic 1 – Expeditionary Construction, Battle Damage Repair, and Advance Naval Base Construction Technologies This area prioritizes technologies that enable rapid and effective construction, repair, and development of infrastructure in austere, contested, or damaged environments. Core interests span lightweight, multi-functional, and adaptable equipment suitable for diverse terrains; advanced construction and repair materials for rapid deployment and restoration; and automated or robotic systems to enhance speed and efficiency. Crucial enablers include precise site/damage assessment tools, modular and scalable structures and repair systems, efficient techniques for site preparation and stabilization, and mobile, self-sufficient solutions with a minimal logistical footprint to support expeditionary operations. Topic 2 – Logistics Over the Shore Technologies This area focuses on technologies that enable the rapid and sustained transfer of personnel, equipment, and supplies from ship to shore, particularly in austere or contested environments where traditional port infrastructure is limited or unavailable. Core interests include advanced amphibious connector craft and lighterage systems; modular and rapidly deployable causeways and piers; and automated cargo handling and transfer solutions that minimize beach time and maximize throughput. Critical supporting technologies encompass mobile fuel and water distribution systems, all-terrain material handling equipment, real-time tracking and visibility of cargo to ensure uninterrupted logistical operations. Topic 3 – Waterfront Facilities and Systems Technologies that advance and sustain waterfront facilities in the harsh marine environment in the areas of cathodic protection, corrosion and weathering, metallurgy, concrete and pavements, and paints and coatings. Special areas of interest include adaptation of dry-docks and harbor facilities to ensure resilience when exposed to extreme weather events; technologies that improve inspections for pier, wharf, water and fuel tanks, dams, and bridges; and developments in marine and off-shore structures, specialized and fleet moorings, and passive waterfront barrier systems; and for the development of underwater and waterfront construction tools and methods. Topic 4 – Undersea Facilities & Systems Technologies for engineering, installing, and maintaining ocean and littoral underwater systems and magnetic silencing facilities. Advancements in physical and numerical modeling analysis, survey and route planning, procurement, installation and repair methods for critical fleet ranges, undersea surveillance and tactical communication facilities, undersea infrastructure, and power infrastructure. Advancements in geotechnical engineering regarding interactions with the seafloor and installed heavy load handling shipboard cabled sensor systems. Topic 5 – Shore Facilities, Equipment & Systems Technologies to advance the full lifecycle of Naval shore facilities and infrastructure from planning and design through construction, operations, maintenance, repair and disposal. Examples include advanced survey, planning, and design tools, alternative construction methods, industrialized construction, cathodic protection systems, corrosion & weathering, concrete & pavement materials, materials chemistry, materials testing, metallurgy, paints and coatings, roofing, structural modeling and analysis. Technologies related to improve/enhance the safety, reliability, resilience, and efficiency of wetted petroleum, oils, and lubrication infrastructure. Also includes technologies that close knowledge gaps in the field of blast effects on structures. Topic 6 Facilities Inspections Technologies to advance Naval Facilities inspections including: unique high value facility inspections, inspection data interpretation and mission impact projection. Topic 7 – Shore Energy Technology Technologies that advance energy security, efficiency, reliability, and resilience on Naval shore facilities and infrastructure. Unique program expertise includes: microgrid control systems, critical power applications, geothermal exploration and systems management, distributed energy resources, and alternatively fueled vehicles and infrastructure. Topic 8 – Facilities Related Control Systems Cybersecurity and Cyber Warfare Technologies to ensure the security and effectiveness of facilities infrastructure controls and expeditionary systems-related Information Technology (IT) and Operational Technology (OT) to mitigate cyber threats and resolve cybersecurity incidents. Topic 9 – Installation Restoration, Munitions Response, and Water Resources Technologies/methodologies for unencumbering military lands and reducing risk to human health including those to assess, manage, and/or remediate past releases of hazardous chemicals related to military operations, munitions and explosives of concern, material potentially presenting an explosive hazard, and emerging chemicals in soil, soil covers, sediment, surface water, groundwater, and subsurface vapor. Includes assessment and remedial measures for short-term and long-term containment of wastes and remedy reliability in relation to natural and anthropogenic hazards. Includes water resources investigation and management approaches for securing water availability, including but not limited to quality and quantity, at installations. Topic 10 – Installation Compliance Technologies to ensure shore and marine-based regulatory compliance while minimizing operational environmental risks, constraints, and costs. Supports improved infrastructure reliability, resilience and mission capability. Focus areas include water, wastewater, air quality, oil spill response, hazardous waste, and solid waste. Topic 11 - Living Marine Resources Develop, demonstrate, and assess information and technology solutions that support U.S. Navy’s at-sea compliance and permitting for legally protected marine species. Navy driven research needs support the ability to conduct uninterrupted at-sea training and testing, which preserves core Navy readiness capabilities. Focus areas include data to support the Navy Acoustic Effects Model (NAEMO), data processing and analysis tools, monitoring and mitigation technology demonstrations, and standards and metrics development. Before submitting on Topic 11 (LMR), please look for any specific priority needs that are currently solicited at: https://exwc.navfac.navy.mil/Products-and-Services/Environmental-Security/LMR/Proposals/ IF YOU ARE SUBMITTING ON TOPIC 11, PLEASE REFERENCE THE LMR ABSTRACT SUBMITTAL GUIDE. NO SPECIFIC ABSTRACT TEMPLATE IS REQUIRED, BUT THE GUIDE OUTLINES ALL REQUIRED INFORMATION. Topic 12 – Marine Energy Development Technologies that advance energy generation, storage, management, and distribution in the marine environment (including surface and undersea) to provide for persistent surveillance, autonomous vehicle recharging, communications nodes, or other applications where legacy methods of power delivery are not available or are significantly limited. For additional details on NAVFAC EXWC see our command website: https://exwc.navfac.navy.mil/ ABSTRACT SUBMITTALS TO THIS BAA CAN BE MADE USING THE ABSTRACT FORM ATTACHED TO THIS SOLICITATION. Submit to: NAVFAC_EXWC_BAA@us.navy.mil Abstracts will be evaluated on their own merits and will not be evaluated against each other. A peer review board will evaluate the abstracts to this BAA. Abstracts that meet all of the evaluation criteria will be accepted into the BAA program. The abstracts will be evaluated based on the following CRITERIA: 1. The scientific/technical merits and objectives of the abstract. 2. The offeror’s qualifications, capabilities, related experience, techniques, or unique combination of these that are integral factors in achieving the proposed objectives. 3. The project plan (i.e., cost, schedule, and proposed execution plan) relative to the proposed scientific/technical approach. 4. Topical alignment with current priorities of the command and resources are available to pursue research and development. CRITICAL NOTE: A PERFORMER DOING BUSINESS WITH THE FEDERAL GOVERNMENT IS REQUIRED TO HAVE A UNIQUE ENTITY IDENTIFICATION NUMBER (ID). A UNIQUE ENTITY ID MAY BE OBTAINED BY REGISTERING YOUR ENTITY IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). NO AWARD WILL BE MADE TO ANY PERFORMER THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING. THE SAM WEBSITE FOR REGISTERING AND RECEIVING A UNIQUE ENTITY ID IS HTTPS://SAM.GOV. NOTES: 1. The preceding data should be sufficient for completing the abstract form. 2. THOSE INTERESTED IN PARTICIPATING IN THE BAA PROGRAM MUST FOLLOW THE INSTRUCTIONS TO SUBMIT AN ABSTRACT. 3. THERE IS NO COMMITMENT BY THE NAVY EITHER TO MAKE ANY AWARDS OR TO BE RESPONSIBLE FOR ANY MONEY EXPENDED BY THE PERFORMER BEFORE AWARD. 4. As no funding has been reserved in advance, NAVFAC EXWC will be sharing qualified abstracts with other Federal Government activities to seek sites and funding. Some Federal Government activities may employ civilian contractors to determine the applicability of an offered technology. Any information that may be sensitive to review by such personnel should not be submitted. 5. If offerors have not been notified within 3 months of abstract submittal with a request for a detailed proposal, assume non-selection. Technical Evaluation Boards (TEB) will be conducted approximately every 3 months. Offerors will be notified if a detailed proposal is requested. However, please note that abstracts will be considered valid for one year from the date of submission. 6. For questions regarding this BAA, contact: NAVFAC_EXWC_BAA@us.navy.mil or the Contracting Officer named on this announcement.
Command Wide Broad Agency Announcement for Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) Research, Development, Testing, and Evaluation
This announcement constitutes a Broad Agency Announcement (BAA) for the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) under FAR 6.102(d)(2) and FAR 35.016. This announcement is open for one year and will be advertised annually. NAVFAC EXWC provides research, development, testing, and evaluation (RDT&E) to deliver specialized facility, ocean system, and expeditionary solutions to the warfighter. To be eligible for consideration and possible contract award, the technology or methodology shall be in either applied research (Category 6.2), advanced technology development (Category 6.3), or advanced component development and prototypes (Category 6.4) (https://www.dau.edu/glossary/research-development-test-and-evaluation-budget-activities). Furthermore, the technology or methodology shall address one of the following topic areas that advance Naval capabilities: Topic 1 – Expeditionary Construction, Battle Damage Repair, and Advance Naval Base Construction Technologies This area prioritizes technologies that enable rapid and effective construction, repair, and development of infrastructure in austere, contested, or damaged environments. Core interests span lightweight, multi-functional, and adaptable equipment suitable for diverse terrains; advanced construction and repair materials for rapid deployment and restoration; and automated or robotic systems to enhance speed and efficiency. Crucial enablers include precise site/damage assessment tools, modular and scalable structures and repair systems, efficient techniques for site preparation and stabilization, and mobile, self-sufficient solutions with a minimal logistical footprint to support expeditionary operations. Topic 2 – Logistics Over the Shore Technologies This area focuses on technologies that enable the rapid and sustained transfer of personnel, equipment, and supplies from ship to shore, particularly in austere or contested environments where traditional port infrastructure is limited or unavailable. Core interests include advanced amphibious connector craft and lighterage systems; modular and rapidly deployable causeways and piers; and automated cargo handling and transfer solutions that minimize beach time and maximize throughput. Critical supporting technologies encompass mobile fuel and water distribution systems, all-terrain material handling equipment, real-time tracking and visibility of cargo to ensure uninterrupted logistical operations. Topic 3 – Waterfront Facilities and Systems Technologies that advance and sustain waterfront facilities in the harsh marine environment in the areas of cathodic protection, corrosion and weathering, metallurgy, concrete and pavements, and paints and coatings. Special areas of interest include adaptation of dry-docks and harbor facilities to ensure resilience when exposed to extreme weather events; technologies that improve inspections for pier, wharf, water and fuel tanks, dams, and bridges; and developments in marine and off-shore structures, specialized and fleet moorings, and passive waterfront barrier systems; and for the development of underwater and waterfront construction tools and methods. Topic 4 – Undersea Facilities & Systems Technologies for engineering, installing, and maintaining ocean and littoral underwater systems and magnetic silencing facilities. Advancements in physical and numerical modeling analysis, survey and route planning, procurement, installation and repair methods for critical fleet ranges, undersea surveillance and tactical communication facilities, undersea infrastructure, and power infrastructure. Advancements in geotechnical engineering regarding interactions with the seafloor and installed heavy load handling shipboard cabled sensor systems. Topic 5 – Shore Facilities, Equipment & Systems Technologies to advance the full lifecycle of Naval shore facilities and infrastructure from planning and design through construction, operations, maintenance, repair and disposal. Examples include advanced survey, planning, and design tools, alternative construction methods, industrialized construction, cathodic protection systems, corrosion & weathering, concrete & pavement materials, materials chemistry, materials testing, metallurgy, paints and coatings, roofing, structural modeling and analysis. Technologies related to improve/enhance the safety, reliability, resilience, and efficiency of wetted petroleum, oils, and lubrication infrastructure. Also includes technologies that close knowledge gaps in the field of blast effects on structures. Topic 6 Facilities Inspections Technologies to advance Naval Facilities inspections including: unique high value facility inspections, inspection data interpretation and mission impact projection. Topic 7 – Shore Energy Technology Technologies that advance energy security, efficiency, reliability, and resilience on Naval shore facilities and infrastructure. Unique program expertise includes: microgrid control systems, critical power applications, geothermal exploration and systems management, distributed energy resources, and alternatively fueled vehicles and infrastructure. Topic 8 – Facilities Related Control Systems Cybersecurity and Cyber Warfare Technologies to ensure the security and effectiveness of facilities infrastructure controls and expeditionary systems-related Information Technology (IT) and Operational Technology (OT) to mitigate cyber threats and resolve cybersecurity incidents. Topic 9 – Installation Restoration, Munitions Response, and Water Resources Technologies/methodologies for unencumbering military lands and reducing risk to human health including those to assess, manage, and/or remediate past releases of hazardous chemicals related to military operations, munitions and explosives of concern, material potentially presenting an explosive hazard, and emerging chemicals in soil, soil covers, sediment, surface water, groundwater, and subsurface vapor. Includes assessment and remedial measures for short-term and long-term containment of wastes and remedy reliability in relation to natural and anthropogenic hazards. Includes water resources investigation and management approaches for securing water availability, including but not limited to quality and quantity, at installations. Topic 10 – Installation Compliance Technologies to ensure shore and marine-based regulatory compliance while minimizing operational environmental risks, constraints, and costs. Supports improved infrastructure reliability, resilience and mission capability. Focus areas include water, wastewater, air quality, oil spill response, hazardous waste, and solid waste. Topic 11 - Living Marine Resources Develop, demonstrate, and assess information and technology solutions that support U.S. Navy’s at-sea compliance and permitting for legally protected marine species. Navy driven research needs support the ability to conduct uninterrupted at-sea training and testing, which preserves core Navy readiness capabilities. Focus areas include data to support the Navy Acoustic Effects Model (NAEMO), data processing and analysis tools, monitoring and mitigation technology demonstrations, and standards and metrics development. Before submitting on Topic 11 (LMR), please look for any specific priority needs that are currently solicited at: https://exwc.navfac.navy.mil/Products-and-Services/Environmental-Security/LMR/Proposals/ IF YOU ARE SUBMITTING ON TOPIC 11, PLEASE REFERENCE THE LMR ABSTRACT SUBMITTAL GUIDE. NO SPECIFIC ABSTRACT TEMPLATE IS REQUIRED, BUT THE GUIDE OUTLINES ALL REQUIRED INFORMATION. Topic 12 – Marine Energy Development Technologies that advance energy generation, storage, management, and distribution in the marine environment (including surface and undersea) to provide for persistent surveillance, autonomous vehicle recharging, communications nodes, or other applications where legacy methods of power delivery are not available or are significantly limited. For additional details on NAVFAC EXWC see our command website: https://exwc.navfac.navy.mil/ ABSTRACT SUBMITTALS TO THIS BAA CAN BE MADE USING THE ABSTRACT FORM ATTACHED TO THIS SOLICITATION. Submit to: nicole.m.mendes2.civ@us.navy.mil and katelyn.t.rydberg.civ@us.navy.mil Abstracts will be evaluated on their own merits and will not be evaluated against each other. A peer review board will evaluate the abstracts to this BAA. Abstracts that meet all of the evaluation criteria will be accepted into the BAA program. The abstracts will be evaluated based on the following CRITERIA: 1. The scientific/technical merits and objectives of the abstract. 2. The offeror’s qualifications, capabilities, related experience, techniques, or unique combination of these that are integral factors in achieving the proposed objectives. 3. The project plan (i.e., cost, schedule, and proposed execution plan) relative to the proposed scientific/technical approach. 4. Topical alignment with current priorities of the command and resources are available to pursue research and development. CRITICAL NOTE: A PERFORMER DOING BUSINESS WITH THE FEDERAL GOVERNMENT IS REQUIRED TO HAVE A UNIQUE ENTITY IDENTIFICATION NUMBER (ID). A UNIQUE ENTITY ID MAY BE OBTAINED BY REGISTERING YOUR ENTITY IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). NO AWARD WILL BE MADE TO ANY PERFORMER THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING. THE SAM WEBSITE FOR REGISTERING AND RECEIVING A UNIQUE ENTITY ID IS HTTPS://SAM.GOV. NOTES: 1. The preceding data should be sufficient for completing the abstract form. 2. THOSE INTERESTED IN PARTICIPATING IN THE BAA PROGRAM MUST FOLLOW THE INSTRUCTIONS TO SUBMIT AN ABSTRACT. 3. THERE IS NO COMMITMENT BY THE NAVY EITHER TO MAKE ANY AWARDS OR TO BE RESPONSIBLE FOR ANY MONEY EXPENDED BY THE PERFORMER BEFORE AWARD. 4. As no funding has been reserved in advance, NAVFAC EXWC will be sharing qualified abstracts with other Federal Government activities to seek sites and funding. Some Federal Government activities may employ civilian contractors to determine the applicability of an offered technology. Any information that may be sensitive to review by such personnel should not be submitted. 5. If offerors have not been notified within 3 months of abstract submittal with a request for a detailed proposal, assume non-selection. Technical Evaluation Boards (TEB) will be conducted approximately every 3 months. Offerors will be notified if a detailed proposal is requested. However, please note that abstracts will be considered valid for one year from the date of submission. 6. For questions regarding this BAA, contact: nicole.m.mendes2.civ@us.navy.mil and katelyn.t.rydberg.civ@us.navy.mil
Mississippi River Outlets, Vicinity of Venice, Louisiana, Baptiste Collette Bar Channel, #24-2 Maintenance Dredging, Plaquemines Parish, Louisiana
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 the removal and satisfactory disposal of all material excavated from the Baptiste Collette Bar Channel, within the limits shown on the contract drawings. (The estimated time of completion is 120 calendar days after receipt of notice to proceed. The solicitation will include 11 drawings and specifications). The estimated value of this work is between $10,000,000 and $25,000,000. The solicitation will issue on or about 28 June 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) 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 Administration’s Subnet, at http://web.sba.gov/subnet. Offerors must be registered with the System for Award Management (SAM), 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 Karen Hargrave (email Karen.D.Hargrave@usace.army.mil). All potential and interested vendors must be actively registered in SAM under NAICS code 237990. The solicitation documents for this procurement will be posted on www.sam.gov. You will need the adobe acrobat reader for .pdf files (www.adobe.com) to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in 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. For information about SAM registration and annual confirmation requirements, go to www.sam.gov or call (866) 606-8220. The solicitation and all information pertaining to this acquisition will be made available electronically through the System for Award Management (SAM) electronic posting system web link at https://www.sam.gov. The Government will not provide written paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests for the solicitation package will not be honored. Potential contractors are responsible for monitoring this site for the release of the solicitation package and any updates to the solicitation. Qualifications and offers will not be accepted if submitted by mail or hand carried and will not be evaluated. Qualifications or offers sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be accepted. The Offeror is responsible to confirm the Offer has been received. All offers received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition. THE GOVERNMENT WILL ACCEPT NO OTHER TRANSMISSION METHOD (E-MAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.). The wages and benefits of service employees (see FAR subpart 22.10) performing work under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Labor Standards, as determined relative to the employee's office location (not the location of work). Any communications must identify the solicitation number, company name, address, phone number including area code, and point of contact with a valid email address. The Contract Specialist for this solicitation is Francesca deBoer at (504) 862-1604, or by email at Francesca.E.deBoer@usace.army.mil.
TARS-Helium Trailers
This Statement of Work (SOW) will focus on pickup, transportation, and delivery of CBP Owned helium trailers to and from TARS field sites, using the below two (2) scope approach. Minimal Scope – Consisting of transportation of CBP Owned helium trailers to support eight (8) TARS CONUS field sites. Full Scope – Consisting of pickup, transportation, and delivery of CBP Owned helium trailers from certified helium fill plant facilities based on recurring customer requirements.
DHS Public Safety and Violence Prevention (PSVP) Program - Broad Agency Announcement
The purpose of this 5 year Broad Agency Announcement (BAA) is to support the DHS Science and Technology (S&T) Public Safety and Violence Prevention (PSVP) Program. Issued along with this BAA is Call 0001 which includes three (3) separate technical topic areas seeking responses from industry. Please be sure to review the entire BAA Announcement, Call 0001 and associated Statements of Objectives for each of the three technical topic areas.
TTO Office Wide (OW) BAA 2025
The DARPA Tactical Technology Office (TTO) creates technological surprise and provides new options for national security, by demonstrating revolutionary platforms and systems with cutting-edge technology. TTO demonstrates compelling hardware at scales that demonstrate disruptive capability, with designs that reduce risk and cost by managing complexity, and which can be manufactured responsively and affordably. TTO is soliciting innovative executive summaries and proposals that enhance the nation’s ability to rapidly build, adapt and sustain force structures with the following focus areas: Design/Build/Buy, Surge and Sustain, Long Range Effects, and Disruptive Innovation.
FY25 NAVAL AIR WARFARE CENTER AIRCRAFT DIVISION OFFICE-WIDE BROAD AGENCY ANNOUNCEMENT
The Naval Air Warfare Center Aircraft Division (NAWCAD) is interested in receiving white papers for Research and Development projects which offer potential for advancement and improvement of NAWCAD operations. See attachment, FY25 NAWCAD Office-Wide N00421-25-S-0001, for further details.
Develop and Approve DSF package for SUBPAC Stand Alone Seabird System
This requirement is posted as an unrestricted and is processed under Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. The US Navy intends to award these Services under Firm Fixed Price (FFP) Contract. Please see the attachment for details. If you have any questions concerning this requirement, please submit to Contract Specialist, Mrs. Michelle Muniz via email at michelle.a.muniz.civ@us.navy.mil by 10: a.m. PST on June 23, 2023. PHONE CALLS NOT ACCEPTED.
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2 NOTE: W912P824B0046 has changed to W912P825B0008. The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 5 Drc 2024 and a bid opening date will be established in a future amendment. 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.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2 The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 11 July 2024 and a bid opening date will be established in a future amendment. 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.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2 NOTE: W912P824B0046 has changed to W912P825B0028. The work consists of satisfactory removal of material within the limits of the Hopper Dredge Disposal Area (HDDA) Borrow Site and disposal of material within the limits of the restoration areas to the required dimensions, as shown on the contract drawings and as specified herein. The magnitude of construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. This solicitation will be issued on or about 5 Drc 2024 and a bid opening date will be established in a future amendment. 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.l.raja@usace.army.mil).
Radford Army Ammunition Plant - Virtual Library
7/11/25 Update: Upload Attachment - Virtual Library Use and Non-Disclosure Agreement. As noted below, this agreement must be completed by the requesting firm’s Data Custodian. The completed forms shall be submitted electronically to: - Ms. Anna Whitcomb at anna.e.whitcomb2.civ@army.mil - Ms. Amanda Carlson at amanda.l.carlson25.civ@army.mil - Mr. Derek Rooks at derek.s.rooks.civ@army.mil _______________________________________________________________________ This virtual library is being established to serve as a data repository that houses documents to support proposal development for the RFAAP competition. In order to receive access to the virtual library the following conditions must be met: 1. Companies must be registered with the U.S./Canada Joint Certification Program (JCP) and have an active DD 2345, Military Critical Technical Data Agreement, on file with Defense Logistics Information Service (DLIS). Virtual library accounts will only be provided to the Data Custodian of those firms with an active DD 2345. 2. A Virtual Library Use and Non-Disclosure Agreement (attached) must be completed by the requesting firm’s Data Custodian. The completed forms shall be submitted electronically to: - Ms. Anna Whitcomb at anna.e.whitcomb2.civ@army.mil - Ms. Amanda Carlson at amanda.l.carlson25.civ@army.mil - Mr. Derek Rooks at derek.s.rooks.civ@army.mil The Government intends to upload documents to the virtual library throughout the pre-solicitiation and solicitation phases. It is the contractor's responsibility to review the site to obtain the most recent information available. Questions related to virtual library access should be directed to all of the above points of contact.
Radford Army Ammunition Plant - Virtual Library
This virtual library is being established to serve as a data repository that houses documents to support proposal development for the RFAAP competition. In order to receive access to the virtual library the following conditions must be met: 1. Companies must be registered with the U.S./Canada Joint Certification Program (JCP) and have an active DD 2345, Military Critical Technical Data Agreement, on file with Defense Logistics Information Service (DLIS). Virtual library accounts will only be provided to the Data Custodian of those firms with an active DD 2345. 2. A Virtual Library Use and Non-Disclosure Agreement (attached) must be completed by the requesting firm’s Data Custodian. The completed forms shall be submitted electronically to: - Ms. Anna Whitcomb at anna.e.whitcomb2.civ@army.mil - Ms. Amanda Carlson at amanda.l.carlson25.civ@army.mil - Mr. Derek Rooks at derek.s.rooks.civ@army.mil The Government intends to upload documents to the virtual library throughout the pre-solicitiation and solicitation phases. It is the contractor's responsibility to review the site to obtain the most recent information available. Questions related to virtual library access should be directed to all of the above points of contact.
2027 McConnell AFB MACC IDIQ
THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICIATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. To explore the possibility of a Multiple Award Construction Contract (MACC) at McConnell AFB, KS, the 22d Contracting Squadron (22 CONS) is publishing this SOURCES SOUGHT NOTICE to gather relevant industry information. This Multiple Award Construction Contract (MACC) represents a significant opportunity for qualified construction firms. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, awarded to multiple vendors, facilitates the procurement of a variety of construction projects. Task orders, each up to $10,000,000, will be firm-fixed-price and awarded through a competitive process among the MACC holders. The contract has a total potential value of $99,000,000 over six or more years with a 12-month base period and option periods to be determined once the duration is final. Contractors under this contract will perform a wide variety of construction tasks, including: design-build projects; renovation and upgrade projects; new construction requiring integration of multiple trades; and repair/replacement of infrastructure such as roadways, airfield taxiways, and runways. These tasks will span a broad range of trades, including carpentry, demolition, mechanical, electrical, plumbing, concrete masonry, welding, and paving. Design capabilities are essential, with contractors expected to provide full-project design services from concept or performance-based requirements. The anticipated North American Industrial Classification System (NAICS) code for this Request for Information (RFI) is 236220 (Commercial and Institutional Building Construction), with a size standard of $45 million. No solicitation is being issued at this time. This is not a Request for Proposal (RFP), or Invitation for Bid (IFB), and shall not be construed as a commitment by the government to issue a solicitation or ultimately award a contract. 22 CONS is seeking capabilities from businesses classified as Small, 8(a), Women Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone) for the purposes of determining the appropriate level of competition for a Multiple Award Construction Contract (MACC). Depending upon the response to this notice and other market research, 22 CONS may limit the competition to a specific category of small business with the exclusion of all other potential business concerns. If adequate responses are not received from the previously mentioned concerns, the acquisition may be solicited on an unrestricted basis. Additionally, the Government may consider additional subsets of work for specific small business category set asides if the data provided indicates there would be enough competition for those specific set asides. Interested and qualified firms are invited to respond to this sources sought notice by submitting a capability statement. The capability statement should provide a clear and concise overview of your firm's qualifications and experience, similar in format and content to your standard marketing materials. Please note that oral communications will not be accepted. Your written response should include the following information: Company Information (e.g. name, business address, point of contact, telephone number, e-mail address). Also include UEI number or CAGE Code; Socio-economic Status (e.g., Small, 8(a), WOSB, VOSB, SDVOSB, HUBZone, and any associated documentation of such status, certification or approvals). Also include business size in relation to the NAICS code size standard assigned to this acquisition. Summarize how your company is capable and qualified to handle this type of work. Summarize projects that show your capabilities and past performance. The list of relevant projects should include names of project team members and firm, customer or agency and their point of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, email and phone numbers, project scope, project value and type of contract. Bonding: provide your bonding capacity per contract and aggregate. Please limit submission of your information capability statement and data to twelve (12) pages. The information capability statement and data noted above must be submitted in written format via e-mail to the following addresses: william.johnson.237@us.af.mil and marcus.tucker.7@us.af.mil no later than 4:00 PM (CST) on 27 June 2025. The information requested by this notice will be used within the DoD and SBA to facilitate decision making and will not be disclosed outside the agencies. Please note that this is a Sources Sought announcement intended solely for information gathering and acquisition planning. This notice does not obligate the government to issue a contract, nor does it guarantee reimbursement for any expenses incurred in preparing a response. No solicitation is currently available. Any future solicitation will be posted on the SAM website (https://sam.gov). It is the responsibility of interested parties to monitor SAM for solicitation updates and releases. To receive award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management (SAM). The SAM website is https://sam.gov. The successful offeror must also have active certifications within the SAM system. Contracting Office Address Bldg. 840 53384 Kansas St STE 110 McConnell AFB, KS 67221-3702 USA Phone 316-759-4456 Primary POC: 2d Lt William Johnson William.johnson.237@us.af.mil 316 759 4456 Secondary POC: Marcus Tucker Marcus.tucker.7@us.af.mil 316 759 4520
F16AN_APG68_RadarDualModeTransmitter_NSN5998013069224_PN762R978G01
QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Protection and Control Assembly. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawing 762R978G01, T807A02. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 762R978G01, T807A02. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 762R978G01, T807A02. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-306-9224 P/N: 762R978G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 2/3 evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $3,000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Protection and Control Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-306-9224 P/N: 762R978G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
F16AN_APG68_RadarDuelModeTransmitter_NSN5998013069224_PN762R978GO1
QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Protection and Control Assembly. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawing 762R978G01, T365A41. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 762R128G01, T365A41. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 762R128G01, T365A41. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-242-8034 P/N: 762R128G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 2/3 evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $3,000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Protection and Control Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-242-8034 P/N: 762R128G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Dual Mode Transmitter 11 Aug 2021 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
Worldwide Operations, Maintenance, and Technical Support, Joint Airborne Lidar Bathymetry Technical Center of Expertise (JALBTCX)
THE PURPOSE OF THIS AMENDMENT IS TO SUSPEND THE SOLICITATION UNTIL FURTHER NOTICE.
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 12/20/2021: The purpose of this change is to add applicable Cost Accounting Standards clauses. Please see Amendment 0004 for additional information
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 12/20/2021: The purpose of this change is to add applicable Cost Accounting Standards clauses. Please see Amendment 0004 for additional information
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses.
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses.
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026.
Metal Casting BAA 0001-21
This is the Synopsis for the Metal CAstings BAA 0001-21. A Formal solicitation will follow. UPDATE 7/1/2021: The purpose of the change is to officially post the BAA for Metal Castings, see attached PDF herein for BAA specifics UPDATE 7/15/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (the Contract Type Section) has been updated. Please use the BAA provided in this Attachment for responses. To add, the response date established against this posting has been changed since the BAA has a five year Period of Performance beginning 7/1/2021 through 6/30/2026. UPDATE: 7/21/2021: The purpose of this change is to post the Questions and Answers submitted in response to BAA 0001-21 posted on 7/1/2021. As a result of the Q&As, the BAA language (Introduction Section) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 8/3/2021: The purpose of this change is to post the correction made to Attachment C of the BAA. As a result of the correction, the BAA language (Attachment C) has been updated. Please use the BAA provided in this Attachment for responses. UPDATE 12/20/2021: The purpose of this change is to add applicable Cost Accounting Standards clauses. Please see Amendment 0004 for additional information
Sale of Reusable Sodium Nitrate and Steel Drums
Item: Document Destroyer (M814 and M605) Description: The M814 and M605 Document Destroyers are emergency incendiary drums used for rapid destruction of materials to include paper, film, photo, or cryptographic devices. Each drums weighs 275 lbs. with a height of 35” and diameter of 23”. The steel drum has a lid and gasket with a lever lock ring that seals the inner contents. All drums have been presumably sealed and the inner contents have remained static for 50+ years. The drums are light grey in color with outer markings for identification. Each kit is self-contained using a 55-gal steel drum (outer) with a centrally positioned inner fiberboard drum. Between the inner and outer drum, (approx. 2 inch) the kit contains approx. 190 lbs. of sodium nitrate in prill form that is readily accessible and sometimes loosely packed. The sodium nitrate acts as the primary oxidizer to support combustion and consume materials placed inside the drum. The sodium nitrate could be coated with calcium phosphate or pure prill form. Sodium nitrate is classified as an oxidizer but has other potential uses in commercial and agricultural industries. ANMC cannot verify the current physical state of the sodium nitrate to account for any decomposition or its stability. Funding of all chemical analysis and testing of the decomposition or stability of the sodium nitrate will be at the bidder’s expense. In 2019, ANMC conducted static test burns of the contents. The results indicated that all the consumables (wood, paper) were fully destroyed during the burn process, however the sodium nitrate was not fully consumed, leaving a thick residue that required disposal through our local Environmental Office (HAZWASTE). ANMC does not have the resources to reclaim or recycle the sodium nitrate and steel drums and is seeking buyers who would purchase these items for reuse/recycling. Before sale, each drum will be partially disassembled by ANMC personnel to remove the igniter and fuse. All disassembly operations will take place at ANMC prior to shipping or delivery to a potential customer. ANMC will dispose of the fuses and igniters. Each drum will then be re-assembled, containing only 190 lbs. of sodium nitrate and the fiberboard inner drum. No energetic materials will remain in the drum, only the sodium nitrate (oxidizer) and fiberboard. Current inventory of Document Destroyers: M814 Document Destroyer, Quantity: 2,133 Each M605 Document Destroyer, Quantity: 735 Each Total: 2,868 Each Approximate amount of Sodium Nitrate: M814: 405,270 lbs. M605: 139,650 lbs. Approximate Total: 544,920 lbs. Date range to schedule visit: 07/2024 – 12/2024 Date range visits to be conducted: All interested parties should coordinate site visit a minimum of two weeks in advance due to security protocols and applicable background checks. Anniston Munitions Center will accept visitors Monday -Thursday, 0800-1500 CDST for viewing and collection. The site maintenance activity will coordinate material movement, staging, opening, closing and remediation. POC: For additional information concerning the Document Destroyer, please contact Mr. Jason Bass, ANMC at 256-240-3540 or Mr. Taylor Clopton at 256-235-4309. A full detailed structure can be provided upon request.
Sale of Reusable Sodium Nitrate and Steel Drums
Item: Document Destroyer (M814 and M605) Description: The M814 and M605 Document Destroyers are emergency incendiary drums used for rapid destruction of materials to include paper, film, photo, or cryptographic devices. Each drums weighs 275 lbs. with a height of 35” and diameter of 23”. The steel drum has a lid and gasket with a lever lock ring that seals the inner contents. All drums have been presumably sealed and the inner contents have remained static for 50+ years. The drums are light grey in color with outer markings for identification. Each kit is self-contained using a 55-gal steel drum (outer) with a centrally positioned inner fiberboard drum. Between the inner and outer drum, (approx. 2 inch) the kit contains approx. 190 lbs. of sodium nitrate in prill form that is readily accessible and sometimes loosely packed. The sodium nitrate acts as the primary oxidizer to support combustion and consume materials placed inside the drum. The sodium nitrate could be coated with calcium phosphate or pure prill form. Sodium nitrate is classified as an oxidizer but has other potential uses in commercial and agricultural industries. ANMC cannot verify the current physical state of the sodium nitrate to account for any decomposition or its stability. Funding of all chemical analysis and testing of the decomposition or stability of the sodium nitrate will be at the bidder’s expense. In 2019, ANMC conducted static test burns of the contents. The results indicated that all the consumables (wood, paper) were fully destroyed during the burn process, however the sodium nitrate was not fully consumed, leaving a thick residue that required disposal through our local Environmental Office (HAZWASTE). ANMC does not have the resources to reclaim or recycle the sodium nitrate and steel drums and is seeking buyers who would purchase these items for reuse/recycling. Before sale, each drum will be partially disassembled by ANMC personnel to remove the igniter and fuse. All disassembly operations will take place at ANMC prior to shipping or delivery to a potential customer. ANMC will dispose of the fuses and igniters. Each drum will then be re-assembled, containing only 190 lbs. of sodium nitrate and the fiberboard inner drum. No energetic materials will remain in the drum, only the sodium nitrate (oxidizer) and fiberboard. Current inventory of Document Destroyers: M814 Document Destroyer, Quantity: 2,133 Each M605 Document Destroyer, Quantity: 735 Each Total: 2,868 Each Approximate amount of Sodium Nitrate: M814: 405,270 lbs. M605: 139,650 lbs. Approximate Total: 544,920 lbs. Date range to schedule visit: 06/2025 – 06/2026 Date range visits to be conducted: All interested parties should coordinate site visit a minimum of two weeks in advance due to security protocols and applicable background checks. Anniston Munitions Center will accept visitors Monday -Thursday, 0800-1500 CDST for viewing and collection. The site maintenance activity will coordinate material movement, staging, opening, closing and remediation. POC: For additional information concerning the Document Destroyer, please contact Mr. Jason Bass, ANMC at 256-240-3540. A full detailed structure can be provided upon request.
Commercial Solutions Openings - ERDC Geospatial Research
Engineer Research and Development Center. The ERDC-GRL executes projects on behalf of the Assistant Secretary of the Army (Acquisition, Logistics, and Technology) (ASA(ALT)), Army Futures Command (AFC), US Army Corps of Engineers (USACE), and various other government organizations. These projects are focused in the following six research and development thrust areas: (1) Mission Command decision environments (2) Establishing full-3D mapping capabilities (3) Building a holistic geospatial foundation (4) Remote sensing and mapping capabilities (5) Terrain-based positioning and navigation technologies (6) Earth system dynamics for situational understanding Go to https://www.erdcwerx.org/geospatial-research-laboratory-cso/ for all of the CSO details and submission requirements. All solutions shall be submitted via the ERDCWERX platform. Solutions for the general areas of interest will be accepted beginning 30 June 2025 and ending 1700 CDT 15 July 2026, or as otherwise specified on an Individual Program Requirement.
Commercial Solutions Openings
Engineer Research and Development Center. The ERDC-GRL executes projects on behalf of the Assistant Secretary of the Army (Acquisition, Logistics, and Technology) (ASA(ALT)), Army Futures Command (AFC), US Army Corps of Engineers (USACE), and various other government organizations. These projects are focused in the following six research and development thrust areas: (1) Mission Command decision environments (2) Establishing full-3D mapping capabilities (3) Building a holistic geospatial foundation (4) Remote sensing and mapping capabilities (5) Terrain-based positioning and navigation technologies (6) Earth system dynamics for situational understanding Go to https://www.erdcwerx.org/geospatial-research-laboratory-cso/ for all of the CSO details and submission requirements. All solutions shall be submitted via the ERDCWERX platform. Solutions for the general areas of interest will be accepted beginning 30 June 2025 and ending 1700 CDT 15 July 2026, or as otherwise specified on an Individual Program Requirement.
Calcasieu River and Pass, LA, Maintenance Dredging FY24, Mile 5.0 to Mile 17.0, Calcasieu and Cameron Parishes, LA. Specification No. ED-24-021.
NOTE: THIS IS A SYNOPSIS, NOT A SOLICITATION. 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. W912P824B0051 - Calcasieu River and Pass, LA, Maintenance Dredging FY24, Mile 5.0 to Mile 17.0, Calcasieu and Cameron Parishes, LA. Specification No. ED-24-021. This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $25,000,000 and $100,000,000. The work consists of removal of material from within the Calcasieu River Ship Channel; satisfactory disposal of material to be placed in the designated Confined Disposal Facilities adjacent to the Calcasieu River and Pass; all as shown on the drawings. Removal of material from within Devil’s Elbow is included as optional work. The work also includes retention dike construction, surveys, optional ditching and draining of disposal areas, and all operations incidental thereto. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). This solicitation will be issued on or about 15 July 2024 with a bid opening date to be set by amendment. When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Taylor Brandon at (504) 862-1009 (taylor.h.brandon@usace.army.mil).
Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)
Update (7/31/2025): Added/updated wording in the description below. Replaced the attached Q&A dated 7JUL25 to include a cover page with a disclaimer. No questions or answers were changed or edited. 31 July 2025 The Defense Health Agency Contracting Activity (DHACA), on behalf of the Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), intends to issue a Commercial Solutions Opening (CSO) to award other transaction agreements under the authority of 10 U.S.C. 4022 to carry out prototype projects that are directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. This CSO will remain open until 01 JUL 2026 1500 ET, if necessary, the Government may make updates to this posting. The following POC’s are for the CSO posting only: Elizabeth Holten, elizabeth.l.holten.civ@health.mil and Lacey Lockard, lacey.n.lockard.civ@health.mil It is recommended to review all attachments that pertain to this CSO posting and to monitor SAM.gov for any future related notices / Area of Interest (AOI) postings. Each AOI posting will include specific POC's, information, and attachments. Proprietary information may be submitted; however, respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. If a submission is marked, it will be protected from disclosure outside of Government personnel, unless permission is granted for Government support contractors to view the material. The following companies and individual employees are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information, and they will take all reasonable action necessary to preclude unauthorized use or disclosure of a respondent’s proprietary data. Boston Consulting Group (BCG) Andrew Morgan Consulting, LLC Deloitte, LLC Submission under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in review of all phases of the CSO process for all AOIs. If your company has any concerns with support contractors accessing proprietary information, please contact the POC’s listed in the AOI document prior to submission. See attachments for additional information relating to this CSO HT0038-25-S-C001. PEO DHMS CSO_10JUL25 CSO_EIDS AOI 1a 1b_Question and Answer Log_7JUL25 This CSO posting included EIDS AOI 1a Data Product Management and AOI 1b Data Integration, which references the following attachments and LinkedIn Post: EIDS AOI 1a Data Product Management_1b Data Integration_10JUL25 Informational_EIDS AOI Links Informational_EIDS MHS Conference Slides_EIDS_MIP LinkedIn Post: https://www.linkedin.com/posts/peo-dhms_militaryhealthcare-datasolutions-innovation-activity-7345466518626820099-w8Lt/
Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)
10 July 2025 The Defense Health Agency Contracting Activity (DHACA), on behalf of the Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), intends to issue a Commercial Solutions Opening (CSO) to award other transaction agreements under the authority of 10 U.S.C. 4022 to carry out prototype projects that are directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. This CSO will remain open until 01 JUL 2026 1500 ET, if necessary, the Government may make updates to this posting. All responses or feedback shall be submitted to the below POC’s: elizabeth.l.holten.civ@health.mil and lacey.n.lockard.civ@health.mil Proprietary information may be submitted; however, respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. If a submission is marked, it will be protected from disclosure outside of Government personnel, unless permission is granted for Government support contractors to view the material. The following companies and individual employees are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information, and they will take all reasonable action necessary to preclude unauthorized use or disclosure of a respondent’s proprietary data. •Boston Consulting Group (BCG) •Andrew Morgan Consulting, LLC •Deloitte, LLC Submission under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in review of all phases of the CSO process for all Area of Interest (AOIs). If your company has any concerns with support contractors accessing proprietary information, please contact the POC’s in advance of submission. The Government is seeking capability statements for AOI #1 no later than 14 JUL 2025, 1500, ET. It is encouraged to keep checking this posting for updates and future AOI postings. See attachments for additional information. Additionally, check out the LinkedIn post: https://www.linkedin.com/posts/peo-dhms_militaryhealthcare-datasolutions-innovation-activity-7345466518626820099-w8Lt/
Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), Commercial Solutions Opening (CSO)
10 July 2025 The Defense Health Agency Contracting Activity (DHACA), on behalf of the Program Executive Office, Defense Healthcare Management Systems (PEO DHMS), intends to issue a Commercial Solutions Opening (CSO) to award other transaction agreements under the authority of 10 U.S.C. 4022 to carry out prototype projects that are directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. This CSO will remain open until 01 JUL 2026 1500 ET, if necessary, the Government may make updates to this posting. All responses or feedback shall be submitted to the below POC’s: elizabeth.l.holten.civ@health.mil and lacey.n.lockard.civ@health.mil Proprietary information may be submitted; however, respondents are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. If a submission is marked, it will be protected from disclosure outside of Government personnel, unless permission is granted for Government support contractors to view the material. The following companies and individual employees are bound contractually by Organizational Conflict of Interest and disclosure clauses with respect to proprietary information, and they will take all reasonable action necessary to preclude unauthorized use or disclosure of a respondent’s proprietary data. •Boston Consulting Group (BCG) •Andrew Morgan Consulting, LLC •Deloitte, LLC Submission under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in review of all phases of the CSO process for all Area of Interest (AOIs). If your company has any concerns with support contractors accessing proprietary information, please contact the POC’s in advance of submission. The Government is seeking capability statements for AOI #1 no later than 14 JUL 2025, 1500, ET. It is encouraged to keep checking this posting for updates and future AOI postings. See attachments for additional information. Additionally, check out the LinkedIn post: https://www.linkedin.com/posts/peo-dhms_militaryhealthcare-datasolutions-innovation-activity-7345466518626820099-w8Lt/
F16_CD_DUAL_MODE_TRANSMITTER_NSN5998012651040Pn762R370G01
NSN: 5998-01-265-1040 P/N: 762R370G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 25 Jun 2019 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Protection and Control Assembly. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawing 762R370G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 762R370G01, T365A41. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 762R370G01, T365A41. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-265-1040 P/N: 762R370G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 25 Jun 2019 Section C 2/3 evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $5000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 270 days. This is based on complexity of the Protection and Control Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5998-01-265-1040 P/N: 762R370G01 Noun: Protection and Control Assembly Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 25 Jun 2019 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
F16_CD_ANAPG-68RADAR_NSN1270012383662_PN758R990G01
NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Dual Mode Transmitter. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum MANUFACTURER (97942) drawing 758R990G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 758R990G01, and Specification T360A41. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 758R990G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 30 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $10000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 1465 days. This is based on complexity of the Dual Mode Transmitter and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
AN_APG_68_Dual_Mode_Transmitter_PN585R224H04_NSN_5960013415198
REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Electron Tube. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97942) drawing 585R224H04. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 585R224H04. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 585R224H04. This article shall be subjected to a form, fit, and REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 2/3 function evaluation to demonstrate compatibility with the weapon system and to evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $260,800. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 730 days. This is based on complexity of the Electron Tube and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-341-5198 P/N: 585R224H04 Noun: Electron Tube Application: F-16 C/D AN/APG-68 Radar Dual Mode Transmitter 12 May 2020 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA
F16_AN-APG_68_RADAR_PN758R99OG01_NSN_1270012383662
REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Dual Mode Transmitter. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum MANUFACTURER (97942) drawing 758R990G01. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 758R990G01, and Specification T360A41. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 758R990G01. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 30 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $10000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 1465 days. This is based on complexity of the Dual Mode Transmitter and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-238-3662 P/N: 758R990G01 Noun: Dual Mode Transmitter Application: F-16 C/D Model AN/APG-68 Radar 4 Mar 2019 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
F16_AIBU_NSN5895013478037_PN5188110_004
NSN: 5895-01-347-8037 P/N: 5188110-004 Noun: AIBU Application: F-16 24 May 2024 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this AIBU. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum SCI TECHNOLOGY, INC (2J622) drawing 5188110. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416th SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416th SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 5188110. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416th SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 5188110. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-347-8037 P/N: 5188110-004 Noun: AIBU Application: F-16 24 May 2024 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $23,300.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the AIBU and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-347-8037 P/N: 5188110-004 Noun: AIBU Application: F-16 24 May 2024 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. c. QWC3: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. d. QWC4: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. e. QWC5: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
F16_AIBU_NSN5895013310720_PN_5188110_008
NSN: 5895-01-331-0720 P/N: 5188110-008 Noun: AIBU Application: F-16 24 May 2024 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this AIBU. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum SCI TECHNOLOGY, INC (2J622) drawing 5188110. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416th SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416th SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 5188110. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416th SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 5188110. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-331-0720 P/N: 5188110-008 Noun: AIBU Application: F-16 24 May 2024 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $23,300.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the AIBU and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-331-0720 P/N: 5188110-008 Noun: AIBU Application: F-16 24 May 2024 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. c. QWC3: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. d. QWC4: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. e. QWC5: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.
F16_AIBU_NSN5895013080933_PN_5188110_005
NSN: 5895-01-308-0933 P/N: 5188110-005 Noun: AIBU Application: F-16 24 May 2024 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this AIBU. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum SCI TECHNOLOGY, INC (2J622) drawing 5188110. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416th SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416th SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 5188110. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416th SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 5188110. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-308-0933 P/N: 5188110-005 Noun: AIBU Application: F-16 24 May 2024 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $23,300.00. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the AIBU and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5895-01-308-0933 P/N: 5188110-005 Noun: AIBU Application: F-16 24 May 2024 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. c. QWC3: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. d. QWC4: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. e. QWC5: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.