Federal Contract Opportunities
Showing 51-100 of 2,703 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Brand Name National Stock Numbers: Industry Feedback Request
GSA's Supply Chain Management Contracting Division is seeking feedback from industry regarding the Brand Name National Stock Numbers (NSNs) published with this notice. The NSNs were established as Brand Name (BN) specific at the point they were created, and therefore the Item Purchase Descriptions (IPDs) are likewise written as BN specific. Supporting information was provided at the point of NSN/IPD creation, however in some cases that information may no longer be relevant (see FAR Part 10), and as Brand Name specific items (see FAR 8.405-6(b) and FAR 6.302-1(c)), GSA is seeking to verify whether the need described by the IPDs can in fact only be met by the one particular manufacturer cited (the manufacturer indicated in the IPD), or whether other manufacturers’ products (or brands) can be offered which can meet the requirement (see FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(b), FAR 6.302-1(c)). In order to meet the continued need for these items on behalf of our DoD customers, GSA will seek to add these items to contract, but prior to doing so, we are issuing this notice as a request to industry to provide feedback confirming or countering the requirement as described. Are these manufacturer names and part numbers, as listed in the IPDs, the only manufacturers that will meet the requirement, or are there suitable substitute manufacturer names and part numbers that can be offered to meet the requirement? Please note that supporting information must be provided by industry respondents by filling in accurately and completely, all of the designated columns, for any NSN(s) that you are seeking to comment on. To respond to this feedback request, please complete the attached excel template in the highlighted columns designated for industry feedback, along with supporting documentation for all NSNs where you indicated a viable substitute, and email them to fssi.mro-req@gsa.gov. Note that all literature must contain the NSN indicated on every page of literature submitted so that the NSN association being made is clear. Also the subject line of your email must follow this naming convention: BN NSN Industry Feedback, [Your Vendor or OEM Name]. ie, "BN NSN Industry Feedback, ABC Corporation". All NSNs with corresponding Brand Name Only manufacturer and part numbers are listed on the Brand Name attachment. To request an individual IPD, please email fssi.mro-req@gsa.gov with the following naming convention in the subject: “BN NSN Industry Feedback, IPD Request, NSN (please list NSN)”
Brand Name National Stock Numbers: Industry Feedback Request
GSA's Supply Chain Management Contracting Division is seeking feedback from industry regarding the Brand Name National Stock Numbers (NSNs) published with this notice. The NSNs were established as Brand Name (BN) specific at the point they were created, and therefore the Item Purchase Descriptions (IPDs) are likewise written as BN specific. Supporting information was provided at the point of NSN/IPD creation, however in some cases that information may no longer be relevant (see FAR Part 10), and as Brand Name specific items (see FAR 8.405-6(b) and FAR 6.302-1(c)), GSA is seeking to verify whether the need described by the IPDs can in fact only be met by the one particular manufacturer cited (the manufacturer indicated in the IPD), or whether other manufacturers’ products (or brands) can be offered which can meet the requirement (see FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(b), FAR 6.302-1(c)). In order to meet the continued need for these items on behalf of our DoD customers, GSA will seek to add these items to contract, but prior to doing so, we are issuing this notice as a request to industry to provide feedback confirming or countering the requirement as described. Are these manufacturer names and part numbers, as listed in the IPDs, the only manufacturers that will meet the requirement, or are there suitable substitute manufacturer names and part numbers that can be offered to meet the requirement? Please note that supporting information must be provided by industry respondents by filling in accurately and completely, all of the designated columns, for any NSN(s) that you are seeking to comment on. To respond to this feedback request, please complete the attached excel template in the highlighted columns designated for industry feedback, along with supporting documentation for all NSNs where you indicated a viable substitute, and email them to fssi.mro-req@gsa.gov. Note that all literature must contain the NSN indicated on every page of literature submitted so that the NSN association being made is clear. Also the subject line of your email must follow this naming convention: BN NSN Industry Feedback, [Your Vendor or OEM Name]. ie, "BN NSN Industry Feedback, ABC Corporation". All NSNs with corresponding Brand Name Only manufacturer and part numbers are listed on the Brand Name attachment. To request an individual IPD, please email fssi.mro-req@gsa.gov with the following naming convention in the subject: “BN NSN Industry Feedback, IPD Request, NSN (please list NSN)”
Brand Name National Stock Numbers: Industry Feedback Request
GSA's Supply Chain Management Contracting Division is seeking feedback from industry regarding the Brand Name National Stock Numbers (NSNs) published with this notice. The NSNs were established as Brand Name (BN) specific at the point they were created, and therefore the Item Purchase Descriptions (IPDs) are likewise written as BN specific. Supporting information was provided at the point of NSN/IPD creation, however in some cases that information may no longer be relevant (see FAR Part 10), and as Brand Name specific items (see FAR 8.405-6(b) and FAR 6.302-1(c)), GSA is seeking to verify whether the need described by the IPDs can in fact only be met by the one particular manufacturer cited (the manufacturer indicated in the IPD), or whether other manufacturers’ products (or brands) can be offered which can meet the requirement (see FAR 8.405-6(a)(1)(i)(B), FAR 8.405-6(b), FAR 6.302-1(c)). In order to meet the continued need for these items on behalf of our DoD customers, GSA will seek to add these items to contract, but prior to doing so, we are issuing this notice as a request to industry to provide feedback confirming or countering the requirement as described. Are these manufacturer names and part numbers, as listed in the IPDs, the only manufacturers that will meet the requirement, or are there suitable substitute manufacturer names and part numbers that can be offered to meet the requirement? Please note that supporting information must be provided by industry respondents by filling in accurately and completely, all of the designated columns, for any NSN(s) that you are seeking to comment on. To respond to this feedback request, please complete the attached excel template in the highlighted columns designated for industry feedback, along with supporting documentation for all NSNs where you indicated a viable substitute, and email them to fssi.mro-req@gsa.gov. Note that all literature must contain the NSN indicated on every page of literature submitted so that the NSN association being made is clear. Also the subject line of your email must follow this naming convention: BN NSN Industry Feedback, [Your Vendor or OEM Name]. ie, "BN NSN Industry Feedback, ABC Corporation". All NSNs with corresponding Brand Name Only manufacturer and part numbers are listed on the Brand Name attachment. To request an individual IPD, please email fssi.mro-req@gsa.gov with the following naming convention in the subject: “BN NSN Industry Feedback, IPD Request, NSN (please list NSN)”
FD2020-21-00520
1650014178525WF CYLINDER ASSEMBLY 29 IMAGES
FD2020-21-00577
5998010803978WF ELECTRONIC COMPONENT 3 IMAGES
FD2020-21-00273
1420000045438AH HEAT SHIELD 136 IMAGES
FD2020-21-00291
1420000045447AH HEAT SHIELD 137 IMAGES
FD2020-21-00574
5998015057067WF CIRCUIT CARD ASSY 3 IMAGES
FD2020-21-00573
4920015375649WF FIXTURE ASSY. 3 IMAGES
FD2020-21-00108
8140-00-247-5075
NGWSP BLOCK 2-3 HDD
NGWSP BLOCK 2-3 HDD
Request for Proposal SPRRA223R0068
Amendment 0022 change proposal due date to 25 February 2026. _______________________________________________________________________ Amendment 0021 change proposal due date to 31 October 2025 and update the Estimated Annual Demand quantities for the parts below: PRON Nsn Part Solicited EADs Current EADs D13F0246D1 1450014411625 13507200 62 47 D14F0078D1 6150015315487 13508084-4 20 68 D14F0087D1 5998014406581 13508050 100 98 _______________________________________________________________________ Amendment 0020 change proposal due date to 25 February 2025. _______________________________________________________________________ Amendment 0019 is to remove the listed part numbers: P/N:13508085-4, NSN:6150-01-531-5490, NOUN:Cable Assembly, Umbil, Signal LR, Qty:15 P/N:13508084-3, NSN:6150-01-531-5486, NOUN:Cable Assembly, Umbil, Power LL, Qty:20 P/N:13507915, NSN:5998-01-678-4764, NOUN:Circuit Card Assembly, Mic, Qty:11 _______________________________________________________________________ Amendment 0018 change proposal due date to 16 January 2025. _______________________________________________________________________ Amendment 0017 change proposal due date to 12 December 2024. _______________________________________________________________________ Amendment 0016 change proposal due date to 3 December 2024. _______________________________________________________________________ Amendment 0015 change proposal due date to 14 November 2024. _______________________________________________________________________ Amendment 0014 change proposal due date to 7 November 2024. _______________________________________________________________________ Amendment 0013 change proposal due date to 31 October 2024. _______________________________________________________________________ Amendment 0012 change proposal due date to 10 October 2024. _______________________________________________________________________ Amendment 0011 change proposal due date to 3 October 2024. _______________________________________________________________________ Amendment 0010 change proposal due date to 19 September 2024. _______________________________________________________________________ Amendment 0009 change proposal due date to 29 August 2024. _______________________________________________________________________ Amendment 0008 change proposal due date to 8 August 2024. _______________________________________________________________________ Amendment 0007 change proposal due date to 9 July 2024. _______________________________________________________________________ Amendment 0006 change proposal due date to 12 June 2024. _______________________________________________________________________ THE PURPOSE OF AMENDMENT 0005 TO SOLICITIATION SPRRA223R0068 IS TO EXTEND THE PROPOSAL DUE DATE TO 15 MAY 2024.
FD2020-21-00326
NSN: 6150-01-576-3377 PN: 23007733G3 CABLE ASSEMBLY,SPEC
FD2020-21-00274
NSN: 6150-01-471-5518 PN: 69A48346G2 CABLE ASSEMBLY SET,
FD2020-21-00198
PN: 69C49440G1 NSN: 6150-00-239-2234AH CABLE ASSEMBLY,SPEC
FD2030-25-00216
NSN: 2840-00-343-7692NZ NOUN: SEAL, AIR, AIRCRAFT G TOP DRAWING: 4033286 EDL REVISION & DATE: 5 / 13 JAN 2023 MDC CODE: W9A IM NAME: HANSON-WHEELER, JERRI L
FD2030-25-00839
NSN: 4810-00-782-7732HS NOUN: VALVE, SOLENOID TOP DRAWING: 2-43909-1 EDL REVISION & DATE: 5 / 04 APR 2024 MDC CODE: EPC IM NAME: COSTEPHENS, CHANDA L.
FD2030-25-01268
NSN: 1660-01-697-4120BO NOUN: REGULATOR, OXYGEN, DI TOP DRAWING: 3260060-0209 EDL REVISION & DATE: 1 / 27 NOV 2024 MDC CODE: EEB IM NAME: NGUYEN, NGUYEN N.
Airlift Efficiency Commercial Solutions Opening (CSO)
This CSO is for Airlift Efficiency hosted by the 763rd Enterprise Sourcing Squadron. Individual Area's of Interest (AOIs) issued against the CSO will be posted under this notice. 02/26/2025: FA4452-25-S-C001 AOI (1) - Blended Wing Body (BWB) and C-17 Propulsion This AOI is issued under the CSO. All details regarding submission and evaluation factors are provided in the attached documents titled "CSO Solicitation" and "AOI (1) - Blended Wing Body and C-17 Propulsion". This CSO Solicitation is a competitive solicitation that is closed-open until 26 February 2026. Submissions will only be accepted following specific AOI submission due dates and times. The Government reserves the right to extend this CSO beyond the closed date by amendment if the authority is extended.
Airlift Efficiency Commercial Solutions Opening (CSO)
This CSO is for Airlift Efficiency hosted by the 763rd Enterprise Sourcing Squadron. Individual Area's of Interest (AOIs) issued against the CSO will be posted under this notice. 02/26/2025: FA4452-25-S-C001 AOI (1) - Blended Wing Body (BWB) and C-17 Propulsion This AOI is issued under the CSO. All details regarding submission and evaluation factors are provided in the attached documents titled "CSO Solicitation" and "AOI (1) - Blended Wing Body and C-17 Propulsion". This CSO Solicitation is a competitive solicitation that is closed-open until 26 February 2026. Submissions will only be accepted following specific AOI submission due dates and times. The Government reserves the right to extend this CSO beyond the closed date by amendment if the authority is extended.
Airlift Efficiency Commercial Solutions Opening (CSO)
This CSO is for Airlift Efficiency hosted by the 763rd Enterprise Sourcing Squadron. Individual Area's of Interest (AOIs) issued against the CSO will be posted under this notice. 02/26/2025: FA4452-25-S-C001 AOI (1) - Blended Wing Body (BWB) and C-17 Propulsion This AOI is issued under the CSO. All details regarding submission and evaluation factors are provided in the attached documents titled "CSO Solicitation" and "AOI (1) - Blended Wing Body and C-17 Propulsion". This CSO Solicitation is a competitive solicitation that is closed-open until 26 February 2026. Submissions will only be accepted following specific AOI submission due dates and times. The Government reserves the right to extend this CSO beyond the closed date by amendment if the authority is extended.
Airlift Efficiency Commercial Solutions Opening (CSO)
This CSO is for Airlift Efficiency hosted by the 763rd Enterprise Sourcing Squadron for Air Force Operational Energy Office (SAF/IE). Individual Area's of Interest (AOIs) issued against the CSO will be posted under this notice. 02/26/2025: FA4452-25-S-C001 AOI (1) - Blended Wing Body (BWB) and C-17 Propulsion This AOI is issued under the CSO. All details regarding submission and evaluation factors are provided in the attached documents titled "CSO Solicitation" and "AOI (1) - Blended Wing Body and C-17 Propulsion". This CSO Solicitation is a competitive solicitation that is closed-open until 26 February 2026. Submissions will only be accepted following specific AOI submission due dates and times. The Government reserves the right to extend this CSO beyond the closed date by amendment if the authority is extended.
FD2030-25-00943
NSN: 2840-01-347-2206PR NOUN: SUPPORT, TURBINE NOZ TOP DRAWING: 1386M15G20 EDL REVISION & DATE: 26 / 16 DEC 2024 MDC CODE: AAM IM NAME: ROACH, REBECCA L.
LEFT TRAINING HDL
CONTACT INFORMATION|4|N741.5|7VH|717-605-8656|james.b.burnett1.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 - Invoice and Receiving Report|Not Applicable|HQ0338|N00104|S2206A|S2206A|0001AA: SW3117 / 0001AB: SW3218|34228|||S2206A|||||Not Applicable| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|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|336612|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| In accordance with 04 NOV 2025 program quantity change request per FY26 S&OP plan, the following is incorporated. Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 34228) applies for subject NSN. L3 TECHNOLOGIES, INC., L3 KEO (CAGE Code: 34228), POC: Amy Mitchell, PH: 413-326-4375, E-mail: Amy.Mitchell@L3Harris.com / Dakota Wheeler, PH: 413-387-1839, E-mail: Dakota.Wheeler@L3Harris.com / Nathan Wright, PH: 413-356-3677, E-mail: Nathan.Wrightl@L3Harris.com / Kim Richardson, E-mail: Kim.Richardson@l3harris.com, N00104-22-G-Y701 BOA, Attachment A, Item C026, NSN: 7HH 2040 014119108, LEFT TRAINING HDL, REF NO: 064383. SUBCLIN 0001AA: Quantity is decreased from 4 EA to 3 EA. Part Number: 064383. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: Quantity is decreased from 4 EA 0 EA. Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997) Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 34228) applies for subject NSN. L3 TECHNOLOGIES, INC., L3 KEO (CAGE Code: 34228), POC: Tyler Loubier, PH: 413-387-1880, E-mail: Tyler.Loubier@L3Harris.com / Amy Mitchell, PH: 413-326-4375, E-mail: Amy.Mitchell@L3Harris.com. N00104-22-G-Y701 BOA, Attachment A, Item C026, NSN: 7HH 2040 014119108, LEFT TRAINING HDL, REF NO: 064383. SUBCLIN 0001AA: 4 EA, Part Number: 064383. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: 4 EA, Part Number: 064383. Ship to: SW3218 ACTIVITY UIC CODE: SW3218 FREIGHT ADDRESS: DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO, CA 92136-3581 Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. Note: iRAPT/WAWF invoice and receiving report with IUID requirement: Contact IUID Help, PH: 269-961-4745, E-mail: Iuid.helpdesk@dla.mil (Re: DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023)). The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997). Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the LEFT TRAINING HDL . 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. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-130 | | |K |000115|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The LEFT TRAINING HDL furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;34228 064383; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchause 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 reqiurements 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 reqiurements. 4.2 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 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. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.
LEFT TRAINING HDL
CONTACT INFORMATION|4|N741.5|7VH|717-605-8656|james.b.burnett1.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 - Invoice and Receiving Report|Not Applicable|HQ0338|N00104|S2206A|S2206A|0001AA: SW3117 / 0001AB: SW3218|34228|||S2206A|||||Not Applicable| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2023)|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|336612|1000|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| Request New Spare Buy quote on a Firm-Fixed unit price basis. Depot (CAGE Code: 34228) applies for subject NSN. L3 TECHNOLOGIES, INC., L3 KEO (CAGE Code: 34228), POC: Tyler Loubier, PH: 413-387-1880, E-mail: Tyler.Loubier@L3Harris.com / Amy Mitchell, PH: 413-326-4375, E-mail: Amy.Mitchell@L3Harris.com. N00104-22-G-Y701 BOA, Attachment A, Item C026, NSN: 7HH 2040 014119108, LEFT TRAINING HDL, REF NO: 064383. SUBCLIN 0001AA: 4 EA, Part Number: 064383. Ship to: SW3117 ACTIVITY UIC CODE: SW3117 FREIGHT ADDRESS: DLA DISTRIBUTION NORFOLK VA RECEIVING OFFICER DDNV P 1968 GILBERT ST BLDG W143 DWY 17 NORFOLK, VA 23511-0001 SUBCLIN 0001AB: 4 EA, Part Number: 064383. Ship to: SW3218 ACTIVITY UIC CODE: SW3218 FREIGHT ADDRESS: DLA DISTRIBUTION SAN DIEGO 3581 CUMMINGS ROAD BLDG 3581 SAN DIEGO, CA 92136-3581 Note: Early/Partial Delivery is Authorized and Desired. DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023) clause is incorporated. Note: iRAPT/WAWF invoice and receiving report with IUID requirement: Contact IUID Help, PH: 269-961-4745, E-mail: Iuid.helpdesk@dla.mil (Re: DFARS 252.211-7003 Item Unique Identification and Valuation (JAN 2023)). The following clause is incorporated: FAR 52.246-23 -- Limitation of Liability (Feb 1997). Note: The resultant award of this solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the LEFT TRAINING HDL . 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. 2.2 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 shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. DOCUMENT REF DATA=MIL-STD-130 | | |K |000115|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=ISO9001 | | | |010417|A| | | 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The LEFT TRAINING HDL furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;34228 064383; 3.2 Marking - This item shall be physically identified in accordance with MIL-STD-130. 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 SPCC Contracting Officer has been 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, or a detailed description of the change, explaining the reason therefore. If finished detail drawings are not available, shop drawings inthe form used by the manufacturer will be acceptable for Government evaluation. When notifying the 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/MINOR DESIGN CHANGE - If the Manufacturer's Part Number or item design indicated thereon has changed, but form, fit and function of the item is not affected thereby, and the design change meets the criteria for minor, by not effecting form, fit, function, reliability or safety , supply the item and advise SPCC immediately of the new part number, furnishing a detail drawing and/or a detailed description of the change, as applicable. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchause 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 reqiurements 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 reqiurements. 4.2 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 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. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.
GENETIC MEDICINES AND INDIVIDUALIZED MANUFACTURING FOR EVERYONE (GIVE)
October 03, 2025: Special Notice (ARPA-H-SN-26-140) posted to SAM.GOV. GIVE ISO (ARPA-H-SOL-25-129) Amendment 01 posted. For details, please see the Summary of Changes (pg 2) in the attached (GIVE_ISO_Amend_01_ 20251003). __________________________________________________________ September 25, 2025: The Advanced Research Projects Agency for Health (ARPA-H) Genetic Medicines And Individualized Manufacturing For Everyone (GIVE) Program aims to accelerate biomanufacturing equipment and process innovation, digital transformation, next generation therapies, and commercial adoption all at once. GIVE seeks to harness human-machine collaboration, eliminate scale-up costs, and drive toward a fundamentally different future state – a state where biomanufacturing is localized, accessible, and individualized. Interested parties are invited to review the attached GIVE Innovative Solutions Opening (ISO) ARPA-H -SOL-25-129. Solution summaries are due December 19, 2025, 5:00 PM ET. A solution summary must be submitted to submit a proposal. Submissions must be made to: Solution Summary Submission Site: https://solutions.arpa-h.gov/Submit-Solution/ Please ensure to follow this opportunity for any updates. For more information on the GIVE program visit: https://arpa-h.gov/explore-funding/programs/give
GENETIC MEDICINES AND INDIVIDUALIZED MANUFACTURING FOR EVERYONE (GIVE)
September 25, 2025: Details for the ARPA-H GIVE Program Proposer's Day are currently being finalized. A Special Notice with the event information and logistics will be forthcoming. Interested parties are encouraged to provide their contact information for a notification of the Special Notice posting at the following link: https://ebkh9.share.hsforms.com/2-IoRosMRTUGk4OD_61aXJQ __________________________________________________________ The Advanced Research Projects Agency for Health (ARPA-H) Genetic Medicines And Individualized Manufacturing For Everyone (GIVE) Program aims to accelerate biomanufacturing equipment and process innovation, digital transformation, next generation therapies, and commercial adoption all at once. GIVE seeks to harness human-machine collaboration, eliminate scale-up costs, and drive toward a fundamentally different future state – a state where biomanufacturing is localized, accessible, and individualized. Interested parties are invited to review the attached GIVE Innovative Solutions Opening (ISO) ARPA-H -SOL-25-129. Solution summaries are due December 19, 2025, 5:00 PM ET. A solution summary must be submitted to submit a proposal. Submissions must be made to: Solution Summary Submission Site: https://solutions.arpa-h.gov/Submit-Solution/ Please ensure to follow this opportunity for any updates. For more information on the GIVE program visit: https://arpa-h.gov/explore-funding/programs/give
GENETIC MEDICINES AND INDIVIDUALIZED MANUFACTURING FOR EVERYONE (GIVE)
October 03, 2025: Special Notice (ARPA-H-SN-26-140) posted to SAM.GOV. GIVE ISO (ARPA-H-SOL-25-129) Amendment 01 posted. For details, please see the Summary of Changes (pg 2) in the attached (GIVE_ISO_Amend_01_ 20251003). __________________________________________________________ September 25, 2025: The Advanced Research Projects Agency for Health (ARPA-H) Genetic Medicines And Individualized Manufacturing For Everyone (GIVE) Program aims to accelerate biomanufacturing equipment and process innovation, digital transformation, next generation therapies, and commercial adoption all at once focused on accelerating innovation in the manufacture, testing, and release of RNA-containing modalities. GIVE seeks to harness human-machine collaboration, eliminate scale-up costs, and drive toward a fundamentally different future state – a state where biomanufacturing is localized, accessible, and individualized. Interested parties are invited to review the attached GIVE Innovative Solutions Opening (ISO) ARPA-H -SOL-25-129. Solution summaries are due December 19, 2025, 5:00 PM ET. A solution summary must be submitted to submit a proposal. Submissions must be made to: Solution Summary Submission Site: https://solutions.arpa-h.gov/Submit-Solution/ Please ensure to follow this opportunity for any updates. For more information on the GIVE program visit: https://arpa-h.gov/explore-funding/programs/give
FD2030-25-01287
NSN: 2840-01-205-1302NZ NOUN: SHROUD, CO9MP0RESSOR, A TOP DRAWING: 4060645 EDL REVISION & DATE: 17 / 25 JAN 2022 MDC CODE: W9P IM NAME: NGUYEN, NGUYEN N
BROAD AGENCY ANNOUNCEMENT - BIOMEDICAL RESEARCH AND DIVING EQUIPMENT DEVELOPMENT
Broad Agency Announcement (BAA) for BAA-25-G-01 BIOMEDICAL RESEARCH AND DIVING EQUIPMENT DEVELOPMENT IN THE AREAS OF DIVER HEALTH, SAFETY, AND EFFECTIVENESS, AS WELL AS SUBMARINER SURVIVABILITY IN A DISABLED SUBMARINE Naval Sea Systems Command (NAVSEA) is soliciting pre-proposals and full proposals for applied Biomedical Research and Diving Equipment Development with a focus on Diver Health, Safety, and Performance, Deep Diving Advancements, and Submarine Escape and Rescue. The program’s goals are presented in detail below. It is the intent that this Broad Agency Announcement (BAA) be open for a two-year period from the date of publication. Specified dates are given in paragraph 2.a. below for submission of pre-proposals and full proposals to be awarded within Fiscal Year (FY) 2026 and 2027. 1. Primary Areas of Interests Program objectives are to focus research on improving or developing diving equipment for rapid transition to fleet capabilities, and biomedical aspects of Diver Health, Safety, and Performance, Deep Diving, and Submarine Escape and Rescue to develop and/or improve procedures that increase Navy personnel safety and effectiveness. The typical project will be two years or less, although three-year projects will be considered. Contracts awarded as a result of these BAAs historically average around $300K or less cost annually. This information is provided for informational purposes only to provide a sense of scope desired by NAVSEA. This is not an obligatory value and pre-proposals/proposals valued above or below will be considered. However, budgetary constraints are a deciding factor in the selection for award. a. Diving: This interest area is comprised of five task areas focused on items that impose limitations on diver capabilities, specifically: breathing gas supply; human performance; protection from the undersea environment; decompression; and tools, transportation and training. Focus areas for each task are: Breathing Gas Supply (product goal should meet both US Navy General Specification for Diving and Manned Hyperbaric Systems and US Navy Dive Manual requirements): Improve carbon dioxide (CO2) scrubbing materials or systems (i.e. canister systems), used for both free-swimming (i.e. underwater breathing apparatuses (UBAs)) and fixed systems (i.e. recompression chambers), that extend diving duration; Develop portable, minimal power input, ambient oxygen (O2) concentrators capable of working in conjunction with existing diving air compressors; Improve helium reclaim systems to support mixed gas and saturation diving systems and compact, portable mix-making system to reduce large gas storage logistical footprints; Develop CO2 sensor and improve O2 sensors for measuring ppO2 in closed-circuit UBA; Develop innovative diluent gas solutions that combine the advantages of nitrogen’s abundance and availability and helium’s non-narcotic properties; Develop high-pressure air flasks, hoses and regulators, with high pressure defined for this purpose as greater than 5,000 pounds per square inch (psi), for surface-supplied diving (SSD) emergency gas supplies (EGS) and SCUBA/ closed and semi-closed UBAs. Current diver worn EGS is not sufficient to provide organic gas supply for recovery from deepest depths if primary gas source is lost. Human Performance: Improve understanding of oxygen toxicity mechanisms and oxygen toxicity mitigation development; Develop pharmacological or other novel mitigations to prevent or delay pulmonary and CNS oxygen toxicity; Develop and/or refine underwater noise protection strategies, equipment, and diver underwater exposure limits; Improve current comprehension of the environmental and physiological mechanisms via which sound is perceived via wetted auditory interface; Develop permissible exposure limits (PEL) for typical broadband noise sources insonifying the aquatic mission environment; Develop compact, adaptive, wearable acoustic dosimetry technology for use in conjunction with PEL and to inform long-term auditory hazards associated with diving; Develop methods to assess and mitigate diver underwater sound/blast/implosion exposure. Refine the understanding of hypercapnia and its effects on divers and mitigations thereof; Improve understanding of gas (N2, O2, CO2) narcosis to include mitigations and predictions of equivalent narcotic depths; Improve understanding of effects on the human body from immersion, exertion, breathing resistance, and temperature, or a combination thereof, in relation to working underwater; Develop breathing standards for resting and working personnel in dry hyperbaric environments to 6 Atmospheres Absolute (ATA). (3) Protection from the Environment: Improve knowledge of submerged body heat loss/retention to inform development of future heating/cooling systems; Develop analytical tools for exposure planning for deep / long duration diving operations based off know levels of thermal protection and environmental factors (i.e. depth, temperature, etc.); Improve heating/cooling methods/systems for submerged free-swimming divers; Examine novel mechanism for actively cooling a diver underwater. Specifically in helmeted or unhelmeted and tethered and untethered conditions. The system should be capable of functioning in a highly contaminated environment; Improve physical protection for divers in contaminated water (i.e. full encapsulation) to include novel non-permeable membranes; Improve equipment and procedures used to decontaminate divers and diving gear; Improve equipment and/or procedures to detect and quantify biologic and/or chemical contamination on-site within 24 hours of diving; Develop permissible exposure limits for common biological/chemical contaminants for risk mitigation planning. (4) Decompression: Develop/test decompression models valid across the full spectrum of U.S. Navy diving, including diving to depths beyond 300 fsw; Develop pharmacological or other novel mitigations for preventing or treating decompression sickness; Improve decompression sickness diagnosis through, but not limited to, the utilization of algorithms; Improve decompression guidance using alternate gas mixtures. (5) Tools, Transportation and Training: Improve diver communications, both wired and through-water; Improve the ability to track diver location underwater from surface support craft; Improve through-water data communication for divers (text, navigation, biometrics); Improve diver propulsion devices to include diver worn and diver as passenger. b. Submarine Escape and Rescue: This interest area relates to optimizing submariner survival in a disabled submarine event. Focus areas are: Development of rapid, accurate methods to assess a disabled submarine (DISSUB) atmosphere, with focus on Submarine Escape Action Limit (SEAL) gases, to internal pressures up to 6 ATA; Develop novel means to mitigate oxygen toxicity (Pulmonary and CNS) aboard a pressurized disabled submarine; Develop novel means to accelerate or eliminate saturation decompression of a pressurized disabled submarine (DISSUB) survivors, including but not limited to, greater oxygen use; Evaluation of the utility of non-hyperbaric interventions to prolong survival and accelerate decompression from a pressurized DISSUB; Evaluation of the impact of starvation, dehydration, sleep deprivation, and/or gas narcosis at 5 atmospheres absolute (ATA) on decision making in a pressurized DISSUB; Improve understanding and guidance of thermal stress (with focus on hyperthermia) and associated fluid loss in a pressurized DISSUB and rescue vehicles to 5 ATA by: Development and evaluation of physiological heat stress limits based on time and environmental conditions, and Development and evaluation of heat mitigation measures (body cooling) under conditions of increased temperature, humidity, and elevated CO2 (2.5 - 3%); Improve understanding and guidance for mitigation of surface interval decompression sickness (DCS) risk associated with rescue using either the Pressurized Rescue Module (PRM) or the Submarine Rescue Chamber (SRC) after saturation dropout or aborted decompression, including, but not limited to, mitigation with various periods of oxygen pre-breathing and/or other non-hyperbaric interventions e.g. pharmacological; Develop procedures to fully decompress pressurized rescuees within the PRM if needed; Improve guidance for hypothermia prevention in submarine escape scenarios using existing Submarine Escape and Surface Survival Personnel Equipment (SESSPE); Improve Guard Book guidance, procedures, and related senior survivor decision tools, to include reducing the risk of pulmonary oxygen toxicity for rescuees; Improve care of escape and rescue casualties within the U.S. Navy Submarine Rescue Diving and Recompression System (SRDRS), to include critical care and casualty assessment; Improvement of current concepts of rescuee triage, holding, and movement, including assessment of the adequacy of established procedures and available equipment, for rescues involving the PRM and the SRC; Improvement of current tracking of rescuee triage, holding, and movement. c. Additional interest items include any equipment, procedure, or medical treatment protocol, not specifically listed above, that could be used to improve the safety or effectiveness of Navy divers or submarine rescue operations. 2. Instructions for Preparation of Pre-proposal and Proposals a. Proposals to this BAA are reviewed using a two-step process. To be considered for an award, respondents are first required to submit a pre-proposal. Multiple submissions are allowed and encouraged if a respondent wishes to be considered for award under more than one of the task areas identified above. Separate submissions would be required for each area of interest. (1) For FY26, the pre-proposal submission deadline is no later than 3:00 PM EST, 30 November 2024. If the pre-proposal submission is selected, the second step will be a request for full-proposals. The deadline for full-proposal submission is no later than 3:00 PM EST, 28 February 2025. Proposals received after the due date will be considered only if funding remains available. These dates are applicable to work beginning in the funding cycle starting 1 October 2026. (2) For FY27, the pre-proposal submission deadline is no later than 3:00 PM EST, 30 November 2025. If the pre-proposal submission is selected, the second step will be a request for full-proposals. The deadline for full-proposal submission is no later than 3:00 PM EST, 28 February 2026. Proposals received after the due date will be considered only if funding remains available. These dates are applicable to work beginning in the funding cycle starting 1 October 2027. b. This synopsis constitutes a Broad Agency Announcement (BAA) per FAR 6.102(d)(2)(i). The Step One pre-proposal shall be three to five pages of text using the format provided with this BAA, and should include an estimate of overall costs (including indirect costs) for each year of the proposed effort. Pre-proposals will be evaluated based on the criteria specified below using a scale of 1 (lowest) to 10 (highest). c. The highest rated pre-proposal responses will be invited to submit a Step Two full technical and cost proposal on all or part of their pre-proposal submission. The technical proposal will be submitted using the format provided with this BAA and not be more than 20 pages excluding curriculum vitae and supporting documentation that would be included in the Appendix. Any such invitation does not obligate the U.S. Government to make an award. Offerors are also advised all awards are subject to the Defense Contract Audit Agency (DCAA) contract audit process. Any proposal that involves animal research must comply with the following requirements before a contract can be awarded: 7 U.S.C. 2131-2159 and 9 CFR parts 1 thru 4, SECNAVINST 3900.38C, DoDINST 3216.01 and Defense Federal Acquisition Regulation Supplement (DFARS) 252.235-7002 Animal Welfare, as applicable. Additionally, any proposal that involves human subject research must comply with the following requirements before a contract can be awarded: 32 CFR 219, DoDINST 3216.02, the SECNAVINST 3900.39 series, and all applicable sections of the 21 CFR as outlined in DFARS 252.235-7004 Protection of Human Subjects. Each pre-proposal and full proposal must state that it is submitted in response to this BAA. This BAA provides no funding for pre-proposal or subsequent proposal development purposes. Proposals will be evaluated based on the criteria specified below. 3. Criteria for Scoring and Ranking Pre-proposals and Proposals, their Relative Importance, and the Method of Evaluation. a. Pre-proposal and full technical proposal submissions will be evaluated on: (1) the basis of innovation and scientific merit; (2) the relevance to diving and submarine escape and rescue; (3) the overall value to the U.S. Government and affordability of the proposal; (4) the likelihood of achieving success, based on the Offeror’s abilities, capabilities, strengths, and weaknesses, all of which impact the ability to achieve the proposal objectives; (5) the potential benefits of any proposed data rights (if applicable); (6) the ability of the offeror to efficiently managing their project, funds and timely completion of work products; and (7) The overall impression of the project by the expert reviewer(s). These criteria are all of equal importance. b. Selection of proposals for award will be based on the total evaluated score of the items above. c. This is to notify potential Offerors that each contract that may be placed under this announcement to an institution of higher education must include the following clause: "As a condition for receipt of funds available to the Department of Defense (DoD) under this award, the recipient agrees that it is not an institution that has a policy of denying, and that it is not an institution that effectively prevents the Secretary of Defense from obtaining for military recruiting purposes: (A) an entry to campuses or access to students on campuses; or (B) access to directory information pertaining to students. If the recipient is determined, using procedures established by the Secretary of Defense to implement Section 558 of Public Law 103-337 (1994), to be such an institution during the period of performance of this agreement, and therefore to be in breach of this clause, the Government will cease all payments of DoD funds under this agreement and all other DoD grants and cooperative payments unilaterally for material failure to comply with the terms and conditions of award. If your institution has been identified under the procedures established by the Secretary of Defense to implement Section 558, then: (1) no funds available to DoD may be provided to your institution through any contract, including any existing contract, (2) as a matter of policy, this restriction also applies to any cooperative agreement, and (3) your institution is not eligible to receive a contract or cooperative agreement in response to this solicitation." d. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit pre-proposals or join others in submitting pre-proposals; however, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete and severable areas of submarine escape and rescue, and diving for exclusive competition among these entities. This announcement constitutes a Broad Agency Announcement (BAA) as contemplated in FAR 6.102(d)(2)(i). The Government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. 4. Pre-proposals and subsequent full proposals shall be submitted to: Dr. David Southerland, david.g.southerland.civ@us.navy.mil; usn.washington.sea-00.mbx.sea-00c-dsbd@us.navy.mil, lisa.m.grayum.civ@us.navy.mil, and daniel.w.kough2.civ@us.navy.mil. Attn: BAA-25-G-01. Offerors are to follow the sample format for submission of pre-proposals and proposals as found in enclosures (1) and (2) of this BAA. a. All pre-proposals and full-proposals will be acknowledged within 7 working days after the published due date. If no acknowledgement is received after 7 working days it is the responsibility of the submitter to contact the Naval Sea Systems Command office at 202-781-3854 to verify that their submission has been received. Pre-proposals and full-proposals will not be returned after evaluation. General and technical questions regarding this announcement should be sent to: usn.washington.sea-00.mbx.sea-00c-dsbd@us.navy.mil b. The point of contact for information regarding contractual issues is Ms. Lisa Grayum, Contracting Officer, at email: lisa.m.grayum.civ@us.navy.mil with copy to daniel.w.kough2.civ@us.navy.mil. The following additional information is provided: (1) Proposals may be submitted by any governmental agency, commercial firm, individual, non-profit, or institution of higher education. (2) Offerors must be current in System for Award Management (SAM). c. Phase II of the proposal selection process for non-government institutions (contractors) will consist of a request from the U.S. Government to the Offeror(s) for full technical and cost proposals to support the Navy in one or more of the primary areas of interest listed in paragraph 1 above. An Offeror can be considered for contract award only upon preparation and submittal of a fully compliant Phase II Proposal. In the event that a Phase II technical and cost proposal is requested, the applicable Request for Proposal will contain the terms and conditions and clauses to be incorporated in the potential contract. 5. Any contract(s) awarded based on responses to this BAA are considered to be the result of full and open competition (see FAR 6.102(d)(2)(i)) and in full compliance with the provisions of Public Law (PL) 98-369, “The Competition in Contracting Act of 1984.”
NASA Request for Information (RFI) – Neutral Buoyancy Laboratory (NBL) Facility Commercial Utilization
Background: The National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) Flight Operations Directorate (FOD) Extravehicular Activity (EVA), Robotics & Crew Operations Division (CX) is hereby seeking interest from outside organizations including, but not limited to, commercial entities, educational institutions, non-profit or charitable organizations, and other Governmental Agencies in utilizing the Neutral Buoyancy Laboratory (NBL) facility that is used for activities such as zero-gravity or 1/6th gravity simulations, on-water search and rescue operations, and underwater training activities. NBL Description: NASA’s NBL is one of the world’s largest indoor pools capable of supporting multiple large-scale operations utilizing both underwater and topside assets simultaneously (https://www.nasa.gov/johnson/neutral-buoyancy-laboratory/). While the NBL is primarily used for astronaut training, mission planning, and hardware and tool development, it can also accommodate Department of Defense activities as well as commercial entities. The pool is 202 ft. long, 102 ft. wide, with a depth of 40 ft. and a volume of 6.2 million gallons of chlorinated water maintained between 84° - 86° with state-of-the-art filtration systems for clear visibility. The NBL contains multiple integrated control rooms, video and audio capabilities, SCUBA and surface supplied dive systems, breathing gas of 46% oxygen enriched air nitrox and breathing air, and medical and safety staff. Has proven experience supporting secure operations in an environment allowing for after-hours operations, darkened underwater conditions, and chilled water, down to 38 degrees. Existing infrastructure provides the capability to support numerous projects of various security levels. Ability to simulate zero-g activities or 1/6th gravity activities on simulated lunar regolith for lunar operations. Ability to simulate nighttime activities as well as wind/rain and wave generation environments. Can/have supported: water survival, habitats, remotely operated vehicles, autonomous underwater vehicles, semi-submersibles, etc. The NBL is located next to the Houston Spaceport and Ellington Airfield with access to a taxiway for large hardware delivery, and both indoor and outdoor secure storage facilities. Onsite hyperbaric chambers. High-bay–accessible outdoor secured storage and staging areas. Facility-level uninterruptable power supply, auxiliary electrical power, compressed air, and chilled water. Conference and meeting rooms. Two 25-ton bridge cranes. Fully secured 24/7, ensuring guard-gate–controlled access to the grounds and badge-controlled access within the facility. Three 1.6-ton jib cranes. Additional security options for proprietary projects. Two Davit cranes. Lifting equipment (forklifts, tow tug, aerial platforms, and scissor lifts). NASA invites interested parties to explore collaboration opportunities at this unique and highly capable facility. Submission Instructions: Any interested firms are invited to submit a response to this RFI by 5:00 p.m. CST on July 28, 2025. All responses under this RFI must be emailed to john.r.carpentier@nasa.gov. Any information shall be provided via email and shall include: Entity name, POC name, address, email/phone number, proposed usage, and timeframe requested. Please do not submit proprietary information. Data that is marked "proprietary" will not be reviewed. This synopsis is for information and planning purposes only and there is no solicitation at this time. The Government assumes no financial responsibility for any costs incurred by the respondents. The Government intends to review the responses submitted by industry and will contact the appropriate vendors should a response seem viable. No evaluation letters and/or results will be issued to the respondents. The data will not be shared outside the Government, but may be used to develop future requirements, refine requirements, and/or develop the best approach for any contract strategy.
C--Land Surveying-Request for A-E Qualifications
Land Surveying-Request for A-E Qualifications
Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
September 17, 2025: *NOTE - This notice is being reactivated for informational purposes only. The Agency anticipates issuing the formal Request for Proposal (RFP) in early 2026 for this acquisition. No RFP responses are being accepted at this time. ------- ***Note : Questions and Answers attached as of April 24, 2025. **Note: Questions, suggestions, assumptions, clarifications, etc. regarding the pre-solicitation site visit are due on Tuesday, April 22, 2025 @ 11:59pm ET. Special Notice - Pre Solicitation Mandatory Site Visit Due date for RSVPs - April 7, 2025 @ 1159PM ET. U.S. Customs and Border Protection (CBP) intends to issue a Competitive 8 (a) Request for Proposals (RFP) in support of Tactical Infrastructure (TI) Maintenance located along the U.S./Mexico Border in the Rio Grande Valley, Laredo, and Del Rio/Big Bend South, Texas Border Patrol Sectors. This notice is for informational purposes only. General Requirements: CBP is acquiring contractor services to perform maintenance, repair, and improvement services for TI assets in the Rio Grande Valley, Laredo, and Del Rio/Big Bend South Sectors in the following categories: roads and bridges (including boat ramps and floating boat slip); fences and gates (including concertina/razor wire), vegetation control, debris removal (including Carrizo Cane and Hyacinth/Hydrilla), border lighting and electrical, drainage and grate systems, tunnel remediation, TI attributes including shelters, and generators. The contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities not otherwise provided by the Government. Prior to issuing the RFP, CBP intends to facilitate a mandatory site visit for interested 8(a) contractors. The mandatory site visits will initiate at the following locations on the dates stated below: April 15, 2025 @ 8:00 AM: Del Rio Sector, 2401 Dodson Avenue, Del Rio, TX. April 16, 2025 @ 8:00 AM: Laredo Sector, Mall del Norte Parking Lot behind Olive Garden (27.553023, -99.502818), 5319 San Dario Avenue, Laredo, TX April 17, 2025 @ 8:00 AM: Rio Grande Valley Sector, Hidalgo Port of Entry Location #1, (26.097117264, -98.2724085808), McAllen, TX ***NOTE: Vendors must be present for all Three (3) site visits. It is CBP's intent to award one (1) contract for all sites. NAICs codes of “238990, 237990, 238910 & 237310” Please reply to this notice with your name, company name, phone number, email, and which site visit(s) you wish to attend, as well as the names and contact information for each attendee (there is a maximum of 3 persons per contractor). RSVPs for attending the mandatory site visit shall be submitted and confirmed with the Contracting Office Point of Contacts (POCs) below via email only and not later than Monday, April 7, 2025 @ 11:59PM ET: Contract Specialist: allison.e.baker@cbp.dhs.gov and Contracting Officer: donna.r.mcmullen@cbp.dhs.gov Clearly indicate in the email subject line “Site Visit Attendees for Notice ID 20147407 - Tactical Infrastructure (TI) Maintenance Prospective quoters shall attend during the time designated for the site visit as outlined above. This solicitation includes a mandatory site visit for all three (3) sites in order for prospective quoters to take the necessary inventory, measurements, dimensions, and gain other pertinent information that will allow for the development of a proper quotation. Vendors submitting a quotation without attending the site visit will not be considered for award (i.e., will receive a non-responsive rating for quotation). Appointments outside of the designated time will not be permitted. Please be advised that reimbursement for travel, per diem, and all other costs associated with submitting a quotation and/or attending the mandatory site visit will not be considered. For any questions related to this notice, please contact the above POCs. **Note: Questions, suggestions, assumptions, clarifications, etc. regarding the pre-solicitation site visit are due on Tuesday, April 22, 2025 @ 11:59pm ET. ***Note: Questions and Answers attached as of April 24, 2025.
Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
***Note : Questions and Answers attached as of April 24, 2025. **Note: Questions, suggestions, assumptions, clarifications, etc. regarding the pre-solicitation site visit are due on Tuesday, April 22, 2025 @ 11:59pm ET. Special Notice - Pre Solicitation Mandatory Site Visit Due date for RSVPs - April 7, 2025 @ 1159PM ET. U.S. Customs and Border Protection (CBP) intends to issue a Competitive 8 (a) Request for Proposals (RFP) in support of Tactical Infrastructure (TI) Maintenance located along the U.S./Mexico Border in the Rio Grande Valley, Laredo, and Del Rio/Big Bend South, Texas Border Patrol Sectors. This notice is for informational purposes only. General Requirements: CBP is acquiring contractor services to perform maintenance, repair, and improvement services for TI assets in the Rio Grande Valley, Laredo, and Del Rio/Big Bend South Sectors in the following categories: roads and bridges (including boat ramps and floating boat slip); fences and gates (including concertina/razor wire), vegetation control, debris removal (including Carrizo Cane and Hyacinth/Hydrilla), border lighting and electrical, drainage and grate systems, tunnel remediation, TI attributes including shelters, and generators. The contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities not otherwise provided by the Government. Prior to issuing the RFP, CBP intends to facilitate a mandatory site visit for interested 8(a) contractors. The mandatory site visits will initiate at the following locations on the dates stated below: April 15, 2025 @ 8:00 AM: Del Rio Sector, 2401 Dodson Avenue, Del Rio, TX. April 16, 2025 @ 8:00 AM: Laredo Sector, Mall del Norte Parking Lot behind Olive Garden (27.553023, -99.502818), 5319 San Dario Avenue, Laredo, TX April 17, 2025 @ 8:00 AM: Rio Grande Valley Sector, Hidalgo Port of Entry Location #1, (26.097117264, -98.2724085808), McAllen, TX ***NOTE: Vendors must be present for all Three (3) site visits. It is CBP's intent to award one (1) contract for all sites. NAICs codes of “238990, 237990, 238910 & 237310” Please reply to this notice with your name, company name, phone number, email, and which site visit(s) you wish to attend, as well as the names and contact information for each attendee (there is a maximum of 3 persons per contractor). RSVPs for attending the mandatory site visit shall be submitted and confirmed with the Contracting Office Point of Contacts (POCs) below via email only and not later than Monday, April 7, 2025 @ 11:59PM ET: Contract Specialist: allison.e.baker@cbp.dhs.gov and Contracting Officer: donna.r.mcmullen@cbp.dhs.gov Clearly indicate in the email subject line “Site Visit Attendees for Notice ID 20147407 - Tactical Infrastructure (TI) Maintenance Prospective quoters shall attend during the time designated for the site visit as outlined above. This solicitation includes a mandatory site visit for all three (3) sites in order for prospective quoters to take the necessary inventory, measurements, dimensions, and gain other pertinent information that will allow for the development of a proper quotation. Vendors submitting a quotation without attending the site visit will not be considered for award (i.e., will receive a non-responsive rating for quotation). Appointments outside of the designated time will not be permitted. Please be advised that reimbursement for travel, per diem, and all other costs associated with submitting a quotation and/or attending the mandatory site visit will not be considered. For any questions related to this notice, please contact the above POCs. **Note: Questions, suggestions, assumptions, clarifications, etc. regarding the pre-solicitation site visit are due on Tuesday, April 22, 2025 @ 11:59pm ET. ***Note: Questions and Answers attached as of April 24, 2025.
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2024 (OM24007). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 6-2024 (OM24006). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2024 (OM24005). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 23 February 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.1.raja@usace.army.mil).
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 4-2024 (OM24004). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 19 February 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.1.raja@usace.army.mil).
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 (OM24003). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 19 February 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.1.raja@usace.army.mil).
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 2-2024 {OM24002)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 2-2024 (OM24002). The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00 . This solicitation will be issued on or about 19 February 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.1.raja@usace.army.mil).
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM24001)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM24001) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. . This solicitation will be issued on or about 19 February 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 Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM240001)
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 1-2024 (OM24001) The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. Work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, in areas of both the Galveston and Mobile Districts, and in other areas deemed necessary. The magnitude of construction range for this dredge project is between $10,000,000.00 and $25,000,000.00. . This solicitation will be issued on or about 19 February 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).
Expert Services Sources Sought Notice
3/3/2022 -- The purpose of this post is to publish Amendment 0001 to FY20 Class JA Expert and Third Party Neutral Services. 9/2020 -- This sources sought notice is issued for information purposes. The Securities and Exchange Commission (SEC) does not intend to award a contract solely on the basis of this notice. This is not a Request for Proposal (RFP) and does not commit the SEC to solicit or award a contract now or in the future or otherwise pay for the information solicited. Respondents shall be responsible for all costs associated with the information submitted in response to this notice. The purpose of this notice is to identify sources with expert services experience relevant to securities law enforcement. All large and small business concerns capable of providing expert testimony in a U.S. Federal Court relevant to securities law enforcement actions are encouraged to respond to this notice. This includes, Small Business (SB), Veteran-Owned (VOSB), Service-Disabled Veteran Owned (SDVOB), HUBZone, Woman-Owned (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Small Disadvantaged Business (SDB), and Section 8(a) small business concerns. BACKGROUND The SEC Division of Enforcement investigates possible violations of securities laws and recommends Commission action when appropriate, either in a federal court or before an administrative law judge, and negotiates settlements. As an adjunct to the SEC's civil enforcement authority, ENF Division staff work closely with law enforcement agencies in the U.S. and around the world to bring criminal cases, when appropriate. For more information on the Division of Enforcement and recent litigation and administrative proceedings visit: https://www.sec.gov/enforce. SCOPE Expert services may be required to assist the SEC in the analysis or presentation of an investigation or litigation matter. The nature of the work is specific to the type of case, requirements of the respective court, and the location of the court's jurisdiction. The Division of Enforcement maintains a list of experts with experience in a vast array of areas, including, but not limited to: Accounting; Forensic Accounting; Broker-Dealer; Investment Management; Computer Forensics; Fair Value Accounting; Rating and Closing Procedures; Accounting and Auditing Standards; Broker-Dealer Supervision; Municipal Bond Industry; Economics; Fixed-income Securities; Mutual Funds; Market Manipulation; Mutual Fund Portfolio Analysis; Microcap Stock Manipulation; Economic and Financial Economics; International Bank Foreign Exchange Industry; Life Expectancy Analysis; Investment Analysis; Economic Impact Analysis; Securities Lending; Structuring and Marketing of Complex Structured Financial Products; Hedge Funds; Margins; Options Pricing and Options Back-dating; FHA Loan origination and issuance; Collateralized Mortgage Obligations; Fiduciary Duties of Investment Advisor; Securities Registration; Oil and Gas Real Property Valuation; Asset Management; Mortgage-backed Securities; Derivatives; Investment Adviser Supervision; Foreign Law; Pricing Illiquid Securities; High Yield Investment Fraud; Options Trading; Futures Trading; Foreign Exchange (FOREX) Trading; Explanations of How Markets and Exchanges Work; Insurance-related Products; Hand-writing Analysis; Auditing Standards; Event Study Analysis; Churning; Suitability of Securities; Foreign Corrupt Practices Act (FCPA); Ponzi Schemes; Private Investment in Public Equity (PIPE) Offerings; Trade Risk Management; Unregistered Securities Offerings; Fund or Securities Valuation; and other specialties relevant to securities law enforcement actions. REQUIREMENT Respondents must be able to qualify as an expert witness in federal court with regard to one or more of the issues presented in an enforcement action brought by the SEC. Information regarding how to qualify as an expert witness in a federal court can be found in Article VII - Opinions and Expert Testimony of The Federal Rules of Evidence found at http://www.uscourts.gov/uscourts/rules/rules-evidence.pdf. Respondents shall submit a complete capabilities package to include, 1) cover page; 2) information listed below; and 3) vitae or resume. The cover page should include a brief overview of the respondent's experience in the securities law enforcement area(s) listed above. Respondents shall provide the following information, including the exact name of company and/or expert, physical street address, point-of-contact, phone number, email address, Dunn & Bradstreet Number (DUNs), and the System of Award Management (SAM) expiration date. The capabilities package shall be submitted electronically to OA_Expert_Services@sec.gov, ON OR BEFORE 3:00 p.m. ET, Sept 1, 2020. The email must be clearly marked “503102-20-9000" in the subject line. The entire capabilities package may not exceed 10MB. All questions regarding this notice shall be submitted in writing, addressed to Victor Cairo, and emailed to OA_Expert_Services@sec.gov. Respondents with complete capabilities packages will be added to the list of experts maintained by the Division of Enforcement. Federal Acquisition Regulation (FAR) Requirements The System for Award Management (SAM) is the primary database for procurement and payment information for contractors who wish to conduct business with the Federal Government. Prospective contractors are required to complete a one-time registration to provide basic information relevant to procurement and financial transactions. SAM includes Contractor Central Registration (CCR), Federal Agency Registration (Fedreg), Online Representation and Certification Application (ORCA), and Excluded Parties List System information. Additional information regarding registration and annual confirmation requirements may be obtained via SAM accessed through https://www.sam.gov/portal/SAM/#1 or by calling 866-606-8220, Monday - Friday 8 a.m. to 8 p.m. ET. NOTE: Registration in SAM does not guarantee that a contract will be awarded to a prospective contractor.
FD2020-21-00581
5998016750489WF CIRCUIT CARD ASSY 3 IMAGES
66--TRANSMITTER,POSITION
Proposed procurement for NSN 6610014650807 TRANSMITTER,POSITION: Line 0001 Qty 25 UI EA Deliver To: DLA DISTRIBUTION DEPOT OKLAHOMA By: 0532 DAYS ADO Approved source is 3BMV1 510000-10. The solicitation is an RFQ and will be available at the link provided in this notice. Hard copies of this solicitation are not available. Specifications, plans, or drawings are not available. All responsible sources may submit a quote which, if timely received, shall be considered. Quotes may be submitted electronically.
CIRCUIT,CARD,IP
ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE OF SUPPLIES|26||||||||||||||||||||||||||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Invoice and Receiving Report||TBD|SPRMM1|TBD|TBD|TBD|TBD|||TBD|||||TBD| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2025)|13|x|x|x|||x|||||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334412|750|x|x|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||x| The purpose of this amendment is to extend the due date for quotation. 1 . Due date extended from 17 NOV 25 to 02 MAR 26. All other terms and conditions remain unchanged. \ 1. All contractual documents (i.e. contracts, purchase orders, task orders, Delivery orders, and modifications) related to the instant procurement are considered to be "issued" by the government when copies are either deposited in the mail, transmitted by facsimile, or sent by other electronic commerce methods, such as email. The government's acceptance of the contractor's proposal constitutes bilateral agreement to "issue" contractual documents as detailed herein. 2. Drawings or technical data are not available for this item. (If drawings are available, include remark under "For Drawings") 3. Delivery days_________aro. 4. Offer valid for _____ days. 5. When submitting quotes via EDI, make sure you specify any exceptions (i.e. Mil specs/standards, packaging, I&A, packaging houses etc) or follow up with a hardcopy of the exceptions. If nothing is indicated or received, award will be based upon solicitation requirements. Changes or requests for changes after award will have consideration costs deducted on modifications. 6. If you are not the manufacturer of the material you are offering, you must state who the OEM is (cage code) and the part number you are offering. 7. Please provide an email address for follow up communications. ____________________________________________________________ 8. It is recommended that vendors provide contact information to NAVSUP WSS Mechanicsburg in order to receive automated notifications from Navy Electronic Commerce Online (NECO) when contracts/modifications are issued by DLA Maritime Mechanicsburg and posted on EDA. To receive these notifications, contact: NAVSUPWSS code 025, procurement systems design and contract support division Via email at NAVSUPWSSITIMPHelpdesk@navy.mil. Please include the following information with your request: CAGE code, company name, address and POC with phone number and email address. 9. Contractors can view their orders, contracts and modifications at the Electronic Document Access (EDA) web tool. This web tool is located at the Procurement Integrated Enterprise Environment (PIEE) website. It is recommended that the contractor register for EDA at https://piee.eb.mil/. Click on new user and registration. Any order resulting from this Request for Quotation will require electronicsubmittal of Receiving Report and Invoices through PIEE-WAWF. 10. The following website is provided to suppliers to obtain the full text ofthe DLA Procurement Notes listed below:http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspxThe following DLA Procurement Notes are applicable to this requirement: C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing C04 Unused Former Government Surplus Property (SEP 2021) C14 Correction of Nonconforming Packaging or Marking (MAY 2020) E05 Product Verification Testing (MAY 2020) E06 Inspection and Acceptance at Source (JUN 2018) L06 Agency Protests (DEC 2016) \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the CIRCUIT,CARD,IP . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The CIRCUIT,CARD,IP furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;96169 EB-5579-5; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the PTAP SBC . 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 PTAP SBC furnished under this contract/purchase order shall be the design represented by Cage Code(s) reference number(s). Cage _______ ref. no. ;96169 EB-4734-5-V5; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer. 6.3 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161.
Strategic Trends Division Broad Agency Announcement (BAA)
The DTRA Broad Agency Announcement activity proposes to solicit outstanding private and public research institutions (to include – but not limited to – think tanks, industry, and universities) to develop and provide credible, timely, operationally relevant and actionable research products that inform Strategic Trends Division’s efforts to characterize the 2025 to 2030 threat environment in an era of Great Power Competition through the Strategic Trends Research Initiative. Per priorities identified by the 2018 National Defense Strategy, SI-STT seeks proposals and white papers for research studies, strategic dialogues, and TTXs.
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