Federal Contract Opportunities
Showing 701-750 of 2,363 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
DRAFT Call for Solutions - Flight School Next (FSN)
CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.
DRAFT Call for Solutions - Flight School Next (FSN)
CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.
DRAFT Call for Solutions - Flight School Next (FSN)
CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.
DRAFT Call for Solutions - Flight School Next (FSN)
CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.
DRAFT Call for Solutions - Flight School Next (FSN)
CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.
DRAFT Call for Solutions - Flight School Next (FSN)
CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.
DRAFT Call for Solutions - Flight School Next (FSN)
CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.
DRAFT Call for Solutions - Flight School Next (FSN)
CALL FOR SOLUTIONS. This Call for Solutions is the first call under the DRAFT CSO – U.S. Army Aviation Training, formerly “DRAFT CSO – Flight School Next”, W9113M-25-S-C006. This requirement is the future of the Initial Entry Rotary Wing (IERW) Training Program at Fort Rucker, Alabama, known as Flight School Next (FSN). The United States Government (USG) seeks a Contractor-Owned, Contractor-Operated (COCO) solution using commercially available services and equipment on a single contract to provide annual training for 900 -1500 rotary wing pilots. The innovative commercial service to be acquired will be the first-time use of a fully commercial training platform for U.S. Army Aviation training. The contractor shall provide all services and equipment required to train pilots to a U.S. Army standard equivalent to the Federal Aviation Administration’s (FAA) commercial helicopter pilot certification, including single engine aircraft, parts, maintenance, instructors (both academic and flight), and simulation (if required). The place of performance to train the rotary wing pilots will be located at Fort Rucker, Alabama. The intent of the FSN Program is to increase the proficiency of U.S. Army aviators using commercially available equipment and instruction practices.
WPAFB 3rd Air Stream/ B18
Please review the Market Survey Document within the "attachments" section and complete the required Market Survey Response Form provided within the "links" section. The US Army Corps of Engineers (USACE), Louisville District, is conducting market research to identify potential parties having interest in and capability of performing construction of a new, fully functional, industrial, compressed air plant in the controlled access B18 Complex at Wright-Patterson AFB, including two centrifugal air compressors (4,000 HP), two industrial, natural gas-fired air heaters (18.1 MM BTU/hr / 55 MM BTU/hr), insulated specialty steel distribution piping (schedule 80-120), valves, and all associated controls and monitoring devices, integrated with the existing control system. Based on the responses to this request via the Market Survey Response Form, this requirement may be set-aside for small business (in full or in part) or procured through full and open competition. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluation will be provided to companies regarding their submissions. The Government will consider feedback received in determining if a small business set-aside is appropriate for this requirement. DISCLAIMER: This request for information is for information purposes only; it is not a request for competitive proposals, quotations, or bids. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No Funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to the announcement is strictly voluntary and will not be returned to the responder. Incomplete answers in any section or providing information outside the scope of this announcement may remove respondents from the Government's determination of whether to solicit the referenced project on a set-aside basis in accordance with Part 19 of the Federal Acquisition Regulation. Not responding to this notice does not preclude participation in any future request for competitive proposals, quotations, or bids, if any issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.
Transportation Services for Static Display Training Aircraft
This is a Sources Sought Notice. This is a Sources Sought Notice and should not be construed as a solicitation announcement. The Government is seeking responses to this Sources Sought Notice from all interested small businesses capable of providing the requirement. The submission of this information is for planning purposes only. It is not to be construed as a commitment by the Government to procure any services, nor is it the intent of the Volk Field Air National Guard Base – Camp Douglas, Wisconsin to award a contract based on this Request for Information (RFI) or otherwise pay for the information sought. Volk Field ANGB is seeking preliminary market research information from capable and reliable sources to gain knowledge of potential qualified small business sources capable of Transportation Services for Static Display Training Aircraft. Objective: The objective of this requirement is to obtain transportation services for the safe, secure, and efficient relocation of multiple 4th and 5th generation static display military aircraft from various locations across the continental United States to Volk Field Air National Guard Base (ANGB) in Camp Douglas, Wisconsin. These aircraft will be used for Crash Damaged Disabled Aircraft Recovery (CDDAR) training operations conducted by military personnel. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is NOT seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this source sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it may be synopsized on the System Award Management (SAM) https://www.sam.gov. It is the responsibility of potential offerors to monitor the System Award Management (SAM) for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 448190-Other Support Activities for Air Transportation, with a Small Business size standard of $40.0M. Responses to this Sources Sought Notice shall be e-mailed to the Volk Field Contracting Office at WI.CRTC.VF.Contracting@us.af.mil, no later than 31 October 2025 at 1:00 p.m. Central Daylight Time (CDT). In response to this sources sought, please provide: 1. Sources Sought Response Form filled out and completed in its entirety. 2. Identify whether your firm is/ would be interested in competing for potential requirements as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. The capability packages for this source sought are not a proposal, but rather statements regarding the company’s existing experience in relation to the areas specified above. No solicitation mailing list will be compiled. No phone calls will be accepted. Capability packages shall not exceed five (5) pages. Attachment 1: Sources Sought Response Form
FD2020-22-00060
6150001720430AH CABLE ASSEMBLY 478 IMAGES
FD2020-22-00060
6150001720430AH CABLE ASSEMBLY 478 IMAGES
FD2020-22-00097
6150013079035AH CABLE ASSEMBLY 123 IMAGES
FD2020-22-00101
5998015810426AH 3 IMAGES 5998015810430AH 11 IMAGES 5998015816927AH 13 IMAGES CIRCUIT CARD ASSEMBLY
FD2020-22-00055
6130219142914WF POWER SUPPLY 5 IMAGES
FD2020-22-00052
6150000099603AH CABLE ASSEMBLY 388 IMAGES
FD2020-22-00051
6150000051715AH CABLE ASSEMBLY 433 IMAGES
BROAD AGENCY ANNOUNCEMENT: Operational Analysis, SSN/SSGN Survivability Program (S3P), and Hull, Mechanical and Electrical (HM&E) Materials, Design Concepts, and Technologies for Future Submarine Platforms
This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2) and 35.016. A formal Request for Proposal (RFP), solicitation, and/or additional information regarding this announcement will not be issued or further announced. This announcement will remain open for three (3) years from the date of publication unless otherwise extended. Initial responses to this announcement must be in the form of White Papers and may be submitted at any time during this three (3) year period. Proposals will be requested only from those Offerors selected as a result of the technical review of the White Papers made in accordance with the evaluation criteria specified herein. Contracts, or any other ordering vehicle identified as appropriate upon the receipt of the individual White Papers, may be awarded based on proposal evaluations and availability of funding. The Naval Sea Systems Command (NAVSEA) will not issue paper copies of this announcement. NAVSEA reserves the right to select for proposal submission all, some or none from among the White Papers submitted in response to this announcement. Issuance of an RFP is not a commitment by NAVSEA to award a contract. NAVSEA provides no funding for direct reimbursement of White Paper or proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NAVSEA to treat all White Papers and proposals as competition sensitive information and to disclose their contents only for the purposes of evaluation.
BROAD AGENCY ANNOUNCEMENT: Operational Analysis, SSN/SSGN Survivability Program (S3P), and Hull, Mechanical and Electrical (HM&E) Materials, Design Concepts, and Technologies for Future Submarine Platforms
06/16/2025: Update Point of Contact (POC) ------------------------------------------------------------ This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2) and 35.016. A formal Request for Proposal (RFP), solicitation, and/or additional information regarding this announcement will not be issued or further announced. This announcement will remain open for three (3) years from the date of publication unless otherwise extended. Initial responses to this announcement must be in the form of White Papers and may be submitted at any time during this three (3) year period. Proposals will be requested only from those Offerors selected as a result of the technical review of the White Papers made in accordance with the evaluation criteria specified herein. Contracts, or any other ordering vehicle identified as appropriate upon the receipt of the individual White Papers, may be awarded based on proposal evaluations and availability of funding. The Naval Sea Systems Command (NAVSEA) will not issue paper copies of this announcement. NAVSEA reserves the right to select for proposal submission all, some or none from among the White Papers submitted in response to this announcement. Issuance of an RFP is not a commitment by NAVSEA to award a contract. NAVSEA provides no funding for direct reimbursement of White Paper or proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NAVSEA to treat all White Papers and proposals as competition sensitive information and to disclose their contents only for the purposes of evaluation.
FD2020-22-00052
6150000099603AH CABLE ASSEMBLY 410 IMAGES
FD2020-22-00058-00
5331-01-644-0328LE O-RING
DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
FD2020-22-00066
6150-00-406-2757AH CABLE ASSEMBLY,SPEC
FD2020-21-00531
NSN: 5960014448163WF
FD2020-22-00059-00
3120-01-644-4907LE BUSHING
FD2020-22-00099
2835-01-308-3769RP ENGINE,GAS TURBINE
FD2020-22-00069
6150004508175AH CABLE ASSEMBLY 363 IMAGES
FD2020-22-00074
6150004508177AH CABLE ASSEMBLY 398 IMAGES
FD2020-22-00053
6150004356075AH CABLE ASSEMBLY 649 IMAGES
FD2020-22-00106
5995014619787AH CABLE ASSEMBLY 4 IMAGES
120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
SOLICITATION N3220526R6016 Q&A 0001 IS HEREBY POSTED. PLEASE SEE ATTACHED Q&A 0001. SOLICITATION N3220526R6016 IS HEREBY AMENDED. PLEASE SEE ATTACHED AMENDMENT A0001 RFP N3220526R6016 AND ITS ASSOCIATED DOCUMENTS ARE HEREBY ATTACHED.
FD2020-22-00074
6150004508177AH CABLE ASSEMBLY 398 IMAGES
120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
RFP N3220526R6016 AND ITS ASSOCIATED DOCUMENTS ARE HEREBY ATTACHED.
FD2030-25-02327
NSN: 2840-01-455-9142NZ NOUN: NOZZLE SEGMENT, TURB TOP DRAWING: 4088060 EDL REVISION & DATE: 24 / 30 OCT 2025 MDC CODE: WAB IM NAME: DINH, VIVIAN U.
FD2020-22-00113
NSN: 1650011683691LE P/N: 39-24110-1 NOUN: SLEEVE,DIRECTIONAL
DATA PACK ASSEMBLY
CONTACT INFORMATION|4|N7M1.15|BUD|717-605-1350|Kailyn.m.muro.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||TBD|N00104|TBD|TBD|See schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 days after date of award.| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|334412|750|X|X|||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The purpose of this Amendment is to update the clauses and provisions, update the option period, and extend the offer due date to 03 NOV 2026. This Amendment makes no other changes. \ Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution.. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 276 Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price:__________ Total Price:__________ Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractors facility as reflected in the AAction Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Check one: Firm-fixed-Price ___ Estimated ___ NTE ___ Return Material Authorization # (RMA), if applicable:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage. Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material. Option Remarks: The Contract Officer would like to exercise a 100% option quantity within180-days of the effective date of the contract award. The contractor willprovide the same delivery turnaround as the base line items. A modificationwill be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% optionquantity for the procurement contract. Yes ___ or No ____ Please indicate the pricing for the option quantity. Price Each: $___________ IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the DATA PACK ASSEMBLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The DATA PACK ASSEMBLY repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;54547 131020-1 1GX03 131020-1 5MQW9 131020-1; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
DATA PACK ASSEMBLY
CONTACT INFORMATION|4|N7M1.15|BUD|717-605-1350|Kailyn.m.muro.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||TBD|N00104|TBD|TBD|See schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 days after date of award.| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|334412|750|X|X|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution.. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 276 Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price:__________ Total Price:__________ Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractors facility as reflected in the AAction Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Check one: Firm-fixed-Price ___ Estimated ___ NTE ___ Return Material Authorization # (RMA), if applicable:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage. Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material. Option Remarks: The Contract Officer would like to exercise a 100% option quantity within180-days of the effective date of the contract award. The contractor willprovide the same delivery turnaround as the base line items. A modificationwill be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% optionquantity for the procurement contract. Yes ___ or No ____ Please indicate the pricing for the option quantity. Price Each: $___________ IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the DATA PACK ASSEMBLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The DATA PACK ASSEMBLY repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;54547 131020-1 1GX03 131020-1; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
GEM4000 Analyzer Repair
The United States Department of the Naval Medical Research Command (NMRC) intends to award a sole source order to, Werfen in Bedford, Massachusetts. The GEM4000 analyzer is presenting with a CoOx hardware failure error 264. Werfen engineers are needed to service and repair this failure. This requirement is for authorized approved vendors to perform services for brand name equipment. This notice is not a request for competitive proposals however If interested Government shall consider all responses. The government intends on awarding a firm fixed price contract for this requirement. The NAICS code for this action is 334516. This requirement will be procured under the guidelines of FAR Part 12 Commercial Items. NMRC requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in Systems for Award Management. For additional information and to register in SAM, please access the following website: https://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this Acquisition Office, all offers must have a Unique Entity Identification Number (UEI). A Sam.gov number may be acquired free of charge by contacting Sam.gov online at www.sam.gov or by phone at (866) 606-8220
GEM4000 Analyzer Repair
The United States Department of the Naval Medical Research Command (NMRC) intends to award a sole source order to, Werfen in Bedford, Massachusetts. This requirement is for authorized approved vendors to perform services for brand name equipment. This notice is not a request for competitive proposals however If interested Government shall consider all responses. The government intends on awarding a firm fixed price contract for this requirement. The NAICS code for this action is 334516. This requirement will be procured under the guidelines of FAR Part 12 Commercial Items. NMRC requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in Systems for Award Management. For additional information and to register in SAM, please access the following website: https://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this Acquisition Office, all offers must have a Unique Entity Identification Number (UEI). A Sam.gov number may be acquired free of charge by contacting Sam.gov online at www.sam.gov or by phone at (866) 606-8220
FD2020-22-00070
6150-00-450-8176AH CABLE ASSEMBLY,SPEC
FD2020-22-00061
5998-00-458-9102AH CIRCUIT CARD ASSEMB
FD2020-22-00111
NSN: 4810-00-441-4468LE NOUN: SERVOVALVE, HYDRAULIC PART #: 39-163180
FD2020-22-00147
8145015608298WF SHIPPING AND STORAGE 1 IMAGE
FD2020-22-00062
5820009045652AH MODULE ASSEMBLY 295 IMAGES
FD2020-22-00169
1005010557373WF CONTROL UNIT, ELECTRICAL 8 IMAGES
FD2020-22-00042
2835014385698RP ENGINE,GAS TURBINE 3 IMAGES
FD2020-22-00162
6105013169955QX MOTOR, ALTERNATING 28 IMAGES
VOYAGE CHARTER
Sources Sought N32205-SS-N103-26-009 is hereby amended. Please see the attached amendment 0001. Please see the attached Sources Sought Notice N32205-SS-N103-26-009.
VOYAGE CHARTER
Please see the attached Sources Sought Notice N32205-SS-N103-26-009.
FD2020-22-00073
6150-00-406-2752AH CABLE ASSEMBLY,SPEC
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors