Federal Contract Opportunities

Showing 1,051-1,100 of 2,359 opportunities

These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.

Fire Alarm BPA Fort Drum NY

This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for services under North American Industry Classification System Code (NAICS) 561321: Security Systems Services index Fire alarm sales combined with installation, repair, or monitoring services. The small business size standard for this industry is $22.0 million in average annual revenue. Fire Alarm projects would include but are not limited to the following: providing all necessary resources, management, personnel, materials, transportation, supplies, and equipment, except Government Furnished Property (GFP), necessary in repairing, replacing, and reprogramming of fire alarm systems, sprinkler system, security systems, facility access control systems and all associated equipment in facilities on Fort Drum, NY. Insurance is required for these types of projects; a current certification of insurance must be provided prior to receiving a BPA. Some BPA calls may be posted to UNISON, while not required it is encouraged for vendors receiving a BPA to register at UNISON. Registration is free and can be completed at https://www.unisonglobal.com/product-suites/acquisition/marketplace/ Generally some calls placed will be below $25,000, and may be sporadic in nature. The Contractor must be able to accept the Government Purchase Card (GPC) and submit invoices in Wide Area Workflow (WAWF). To register and access WAWF, go to https://wawf.eb.mil/. BPAs will be evaluated annually and may remain in place for up to five years. IAW FAR 52.204-7 interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 561621. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their DUNS number, CAGE Code, and Tax ID number to SFC Timmons at david.b.timmons.mil@army.mil. Any correspondence relating to this synopsis should have FIRE ALARM BPA notated in the subject field.

Deadline: 1/13/2027
Posted: 1/14/2022
PresolicitationNAICS: 561621.0

Extravehicular Activity and Human Surface Mobility Technologies - A New Partnering Opportunity

This is a modification 6 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: Purpose: Extended the response date from 1/16/2025 to 1/16/2027. The due date for responses is extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments. ***END OF MODIFICATION 6*** This is a modification 5 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: Purpose: This is a modification 5 to update the point of contact (POC) from: Contact Information: Technology Development and Partnerships Manager, EVA & Human Surface Mobility Program Email: Michael.a.berdich@nasa.gov to: Contact Information: Technology Development and Partnerships Manager, EVA & Human Surface Mobility Program Email: stephanie.a.sipila@nasa.gov The due date for responses is NOT extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments. ***END OF MODIFICATION 5*** This is a modification 4 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: Correct the modification 3 Revise the entry titled “Modification 2” to reflect it as “Modification 1.” Additionally, incorporate relevant links in bold into this entry. The following link https://nasajsc.secure.force.com/StatementofInterest is no longer valid please refer to the link below titled: The Statement of Interest in the attachments/links section. Purpose: The NASA Extravehicular Activity (EVA) and Human Surface Mobility (HSM) Program (EHP) seeks to work with partners to advance the technologies associated with human surface mobility in support of NASA’s Artemis missions. The EHP vision is to provide safe, reliable, and effective EVA and HSM capabilities that allow astronauts to survive and work outside the confines of a spacecraft on and around the Moon. Artemis missions will return humans to the surface of the Moon using innovative technologies to explore more of the lunar surface than ever before. We will collaborate with commercial and international partners and establish the first long-term presence on the Moon. Then, we will use what we learn on and around the Moon to take the next giant leap: sending the first astronauts to Mars. EHP Flight Projects are Exploration EVA suits (xEVA suits) and tools, Lunar Terrain Vehicle (LTV), and Pressurized Rover (PR). For more information, reference the EHP website here: Extravehicular Activity and Human Surface Mobility - NASA (https://www.nasa.gov/extravehicular-activity-and-human-surface-mobility/). The EHP and partners will collaborate on developing lunar surface capabilities to reduce risk and increase productivity of EHP Flight Projects during Artemis missions. Focus will be on technologies that mitigate risk for lunar surface systems that will provide mission planners with more choices, thereby increasing mission success. In pursuing these types of capabilities, NASA and potential partners will develop new and improved technologies that will provide additional options for terrestrial applications in multiple industries. Additional Information: EHP may periodically publish in Appendices to this announcement identifying specific technologies under current development to further inform potential collaboration opportunities. An example of one such technology being developed is described in Appendix A - Lunar Dust level sensor and Effects on Surfaces (LDES). For access to this export-controlled document, please email the points of contact below. EHP periodically places informational reference documents that relate to lunar human surface mobility accessible by industry in the EHP Technical Library (https://eva.jsc.nasa.gov/). Access to the technical library requires Login.gov access. Follow the prompts to gain access. Once access has been granted, the informational documents related to this announcement is in the ‘EHP Technology Integration’ folder, in which you will find information on the following (major updates to the technical library content will also be updated here): - LDES – initial ground test results regarding the magnitude of thermal impact that lunar dust has on surfaces. - 84S Lunar Terrain Model – a terrain model of the lunar south pole (below the 84 South latitude) which can be used as an early reference data set to enable initial studies of the lunar terrain. Additionally, NASA has made available to the public the Digital Lunar Exploration Sites Unreal Simulation Tool (DUST) which is an early 3D visualization application of the lunar south pole. Its intended use is for early inspection, mission planning, and analysis of lunar landing and traverse sites for HLS and Artemis Base Camp. This application and the supporting toolkit built from DUST are used to provide distributable lunar environments and tools to support rendering and exporting terrain, multi-display facilities, and connections to Trick-based simulations. It can be attained at the following link: Digital Lunar Exploration Sites Unreal Simulation Tool (DUST) Products(MSC-27522-1) | NASA Software Catalog (https://software.nasa.gov/software/MSC-27522-1). Technology: EHP Technology goals include, but are not limited to, overcoming environmental and long mission duration challenges. Lunar environmental challenges include operating in dust (lunar regolith), radiation, and extreme temperatures. Martian environmental challenges are operating in Martian carbon dioxide-rich atmosphere and 1/3g, driving the need for low size, weight, and power. Long mission durations drive sustainability and maintainability challenges. Some technology areas of interest include, but are not limited to: dust mitigation capabilities, EVA systems, local relative navigation, increased battery capacity and reduced charge time, and advanced mobility concepts capable of sustained operation while minimizing maintenance in a lunar environment for an extended service period. Each system will be required to operate in the extreme environment of cis-lunar orbit and/or the lunar south pole, including inside Permanently Shadowed Regions (PSRs) and onto Mars. Intellectual Property (IP): This potential Partnership may produce new IP that could be jointly owned by NASA and the partner or may become the property of the partner. Standard clauses for partnership agreements are provided in the appendices of the Space Act Agreements Guide, NAII 1050-1. These standard clauses are usually used without any changes. Any deviations from the standard intellectual property clauses are reviewed by NASA Office of the General Counsel at the Headquarters and/or Center-level, as appropriate and approved by NASA Partnerships Office. Potential Commercial Applications: Lunar, undersea, automotive, nuclear, space tourism, personal protective equipment (PPE) … Keywords: Mobility, spacesuit, rover, vehicle, power infrastructure, sustainable, dust, communication architecture, relative navigation and localization, regolith, lunar terrain vehicle, LTV, pressurized rover, PR, lunar, Artemis, moon, ISS, LEO Contact Information: Technology Development and Partnerships Manager, EVA & Human Surface Mobility Program Email: Michael.a.berdich@nasa.gov Partnership Manager, JSC’s Partnership Development Office Email: jsc-partnerships@mail.nasa.gov To respond to this announcement, please use the Statement of Interest Form found at Statement of Interest (https://docs.google.com/forms/d/e/1FAIpQLSclWzEqITIGc1wAUVFVEGkyKSEUOZoM0UOfXTc60gk_girETQ/viewform?usp=sharing) To view all Co-Development and Partnering Opportunities with the NASA Johnson Space Center, please visit our website at (https://www.nasa.gov/johnson/exploration/technology/co-development-and-partnering-opportunities) The due date for responses is not extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments. ***END OF MODIFICATION 4*** This is a modification 3 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: Update modifcation 2 in its entirety: Purpose: The NASA Extravehicular Activity (EVA) and Human Surface Mobility (HSM) Program (EHP) seeks to work with partners to advance the technologies associated with human surface mobility in support of NASA’s Artemis missions. The EHP vision is to provide safe, reliable, and effective EVA and HSM capabilities that allow astronauts to survive and work outside the confines of a spacecraft on and around the Moon. Artemis missions will return humans to the surface of the Moon using innovative technologies to explore more of the lunar surface than ever before. We will collaborate with commercial and international partners and establish the first long-term presence on the Moon. Then, we will use what we learn on and around the Moon to take the next giant leap: sending the first astronauts to Mars. EHP Flight Projects are Exploration EVA suits (xEVA suits) and tools, Lunar Terrain Vehicle (LTV), and Pressurized Rover (PR). For more information, reference the EHP website here: Extravehicular Activity and Human Surface Mobility - NASA The EHP and partners will collaborate on developing lunar surface capabilities to reduce risk and increase productivity of EHP Flight Projects during Artemis missions. Focus will be on technologies that mitigate risk for lunar surface systems that will provide mission planners with more choices, thereby increasing mission success. In pursuing these types of capabilities, NASA and potential partners will develop new and improved technologies that will provide additional options for terrestrial applications in multiple industries. Additional Information: EHP may periodically publish in Appendices to this announcement identifying specific technologies under current development to further inform potential collaboration opportunities. An example of one such technology being developed is described in Appendix A - Lunar Dust level sensor and Effects on Surfaces (LDES). For access to this export controlled document, please email the points of contact below. EHP periodically places informational reference documents that relate to lunar human surface mobility accessible by industry in the EHP Technical Library. Access to the technical library requires Login.gov access. Follow the prompts to gain access. Once access has been granted, the informational documents related to this announcement is in the ‘EHP Technology Integration’ folder, in which you will find information on the following (major updates to the technical library content will also be updated here): LDES – initial ground test results regarding the magnitude of thermal impact that lunar dust has on surfaces. 84S Lunar Terrain Model – a terrain model of the lunar south pole (below the 84 South latitude) which can be used as an early reference data set to enable initial studies of the lunar terrain. Additionally, NASA has made available to the public the Digital Lunar Exploration Sites Unreal Simulation Tool (DUST) which is an early 3D visualization application of the lunar south pole. Its intended use is for early inspection, mission planning, and analysis of lunar landing and traverse sites for HLS and Artemis Base Camp. This application and the supporting toolkit built from DUST are used to provide distributable lunar environments and tools to support rendering and exporting terrain, multi-display facilities, and connections to Trick-based simulations. It can be attained at the following link: Digital Lunar Exploration Sites Unreal Simulation Tool (DUST) Products(MSC-27522-1) | NASA Software Catalog. Technology: EHP Technology goals include, but are not limited to, overcoming environmental and long mission duration challenges. Lunar environmental challenges include operating in dust (lunar regolith), radiation, and extreme temperatures. Martian environmental challenges are operating in Martian carbon dioxide-rich atmosphere and 1/3g, driving the need for low size, weight, and power. Long mission durations drive sustainability and maintainability challenges. Some technology areas of interest include, but are not limited to: dust mitigation capabilities, EVA systems, local relative navigation, increased battery capacity and reduced charge time, and advanced mobility concepts capable of sustained operation while minimizing maintenance in a lunar environment for an extended service period. Each system will be required to operate in the extreme environment of cis-lunar orbit and/or the lunar south pole, including inside Permanently Shadowed Regions (PSRs) and onto Mars. Intellectual Property (IP): This potential Partnership may produce new IP that could be jointly owned by NASA and the partner or may become the property of the partner. Standard clauses for partnership agreements are provided in the appendices of the Space Act Agreements Guide, NAII 1050-1. These standard clauses are usually used without any changes. Any deviations from the standard intellectual property clauses are reviewed by NASA Office of the General Counsel at the Headquarters and/or Center-level, as appropriate and approved by NASA Partnerships Office. Potential Commercial Applications: Lunar, undersea, automotive, nuclear, space tourism, personal protective equipment (PPE) … Keywords: Mobility, spacesuit, rover, vehicle, power infrastructure, sustainable, dust, communication architecture, relative navigation and localization, regolith, lunar terrain vehicle, LTV, pressurized rover, PR, lunar, Artemis, moon, ISS, LEO Contact Information: Technology Development and Partnerships Manager, EVA & Human Surface Mobility Program Email: Michael.a.berdich@nasa.gov Partnership Manager, JSC’s Partnership Development Office Email: jsc-partnerships@mail.nasa.gov To respond to this announcement, please use the Statement of Interest Form found at StatementofInterest To view all Co-Development and Partnering Opportunities with the NASA Johnson Space Center, please visit our website at https://www.nasa.gov/johnson/exploration/technology/co-development-and-partnering-opportunities Extended the response date from 9/26/2024 to 1/16/2025 The due date for responses is extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments. ***** END OF MODIFICATION 3**** This is a modification 2 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: Extended the response date from 9/26/2023 to 9/26/2024 The due date for responses is extended. Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments. *****END OF MODIFFICATION 2 ****** This is a modification 1 to the synopsis entitled Extravehicular Activity and Human Surface Mobility Technologies, Reference No. 80JSC022EHP which was posted on September 23, 2022. You are notified that the following changes are made: New Attachment: Appendix A – Lunar Dust level sensor and Effects on Surfaces New Purpose statement added in bold. The due date for responses is not extended. Offerors are responsible for monitoring this site for the release of any new Special Notice. Purpose: The NASA Extravehicular Activity (EVA) and Human Surface Mobility (HSM) Program (EHP) seeks to work with partners to advance the technologies associated with human mobility and lunar surface infrastructure in support of NASA’s Artemis missions. The EHP vision is to provide safe, reliable, and effective EVA and HSM capabilities that allow astronauts to survive and work outside the confines of a spacecraft on and around the Moon. Artemis missions will return humans to the surface of the Moon using innovative technologies to explore more of the lunar surface than ever before. We will collaborate with commercial and international partners and establish the first long-term presence on the Moon. Then, we will use what we learn on and around the Moon to take the next giant leap: sending the first astronauts to Mars. The EHP and partners will collaborate on developing lunar capabilities to increase productivity of relevant systems allowing crew to accomplish more during Artemis missions. Focus will be on high-risk technologies for lunar surface systems that will provide mission planners with more choices, thereby increasing mission success. In pursuing these types of capabilities, NASA and potential partners will develop new and improved technologies that will provide additional options for terrestrial applications in multiple industries. EHP may periodically publish in Appendices to this announcement identifying specific technologies under current development to further inform potential collaboration opportunities. An example of one such technology being developed is described in Appendix A - Lunar Dust level sensor and Effects on Surfaces (LDES). For access to this export controlled document, please email the points of contact below. Technology: Technology goals include, but are not limited to: dust mitigation capabilities, EVA systems, lunar power and communication infrastructure, local relative navigation, increased battery capacity and reduced charge time, and advanced mobility concepts capable of sustained operation while minimizing maintenance in a lunar environment for an extended service period. Each system will be required to operate in the extreme environment of cis-lunar orbit and/or the lunar south pole, including inside Permanently Shadowed Regions (PSRs) and onto Mars. Intellectual Property (IP): This potential Partnership may produce new IP that could be jointly owned by NASA and the partner or may become the property of the partner. Standard clauses for partnership agreements are provided in the appendices of the Space Act Agreements Guide, NAII 1050-1. These standard clauses are usually used without any changes. Any deviations from the standard intellectual property clauses are reviewed by NASA Office of the General Counsel at the Headquarters and/or Center-level, as appropriate and approved by NASA Partnerships Office. Potential Commercial Applications: Lunar, undersea, automotive, nuclear, space tourism, personal protective equipment (PPE) … Keywords: Mobility, spacesuit, rover, vehicle, power infrastructure, sustainable, dust, communication architecture, relative navigation and localization, regolith, lunar terrain vehicle, LTV, pressurized rover, PR, lunar, Artemis, moon, ISS, LEO To respond to this announcement, please use the Statement of Interest Form found at the link below. To view all Co-Development and Partnering Opportunities with the NASA Johnson Space Center, please visit our website at https://www.nasa.gov/johnson/exploration/technology/co-development-and-partnering-opportunities

Deadline: 1/16/2027
Posted: 11/4/2024
Special NoticeNAICS: 927110.0

FD2020-22-00445

1680015050663WF ACTUATOR, ELECTRO-ME 358 IMAGES

Deadline: 1/17/2027
Posted: 1/18/2022
Special Notice

FD2020-22-00075

CABLE ASSEMBLY 6150004062753AH 412 IMAGES

Deadline: 1/18/2027
Posted: 1/19/2022
Special Notice

FD2020-22-00041

6150002392236AH CABLE ASSEMBLY 510 IMAGES

Deadline: 1/18/2027
Posted: 1/19/2022
Special Notice

FD2020-22-00094

7010016326417ZF COMPUTER SET 2 IMAGES

Deadline: 1/19/2027
Posted: 1/20/2022
Special Notice

FD2020-22-00413-00

1620-01-118-9846 BALLSCREW ASSEMBLY

Deadline: 1/20/2027
Posted: 1/20/2022
Special NoticeNAICS: None

FD2020-22-00452

1270015142683WF MONITOR, HEAD-UP DISPLAY 40 IMAGES

Deadline: 1/24/2027
Posted: 1/25/2022
Special Notice

FD2020-22-00254-00

1560016249367FJ TAB,TRIM,AILERON

Deadline: 1/25/2027
Posted: 1/25/2022
Special NoticeNAICS: None

FD2020-22-00464

NSN: 5306016428613LE NOUN: BOLT,MACHINE P/N: 201416427-01

Deadline: 1/25/2027
Posted: 1/25/2022
Special NoticeNAICS: None

FD2020-22-00457

6105011120490WF MOTOR, DIRECT CURRENT 3 IMAGES

Deadline: 1/25/2027
Posted: 1/26/2022
Special Notice

FD2020-22-00481

4810-01-099-6392WF VALVE,SOLENOID

Deadline: 1/26/2027
Posted: 1/26/2022
Special NoticeNAICS: None

FD2020-22-00322-00

5998-01-313-0401LE Circuit Card Assembly

Deadline: 1/26/2027
Posted: 1/26/2022
Special NoticeNAICS: None

FD2020-22-00483

4140003712268FD FAN,CENTRIFUGAL 4 IMAGES

Deadline: 1/26/2027
Posted: 1/27/2022
Special Notice

FD2020-22-00482

4140003712269FD FAN, CENTRIFUGAL 22 IMAGES

Deadline: 1/26/2027
Posted: 1/27/2022
Special Notice

31- BUSHING, SLEEVE

SPE4A624RX652 THE PURPOSE OF THIS NOTICE IS TO IDENTIFY SOURCES I/A/W/ DFARS REGULATIONS 225.7009 and 225-7016. The Government does not own, have access to, or have the authority to disseminate the associated technical data. However, the activity's current procurement item description information can be provided as needed. Also, please keep in mind that the applicable conditions/documentation requirements governing source approval for part numbered, configuration control, and source control items apply. Please review the NSN and provide the location of the manufacturer (City and State OR country if applicable) and POCs. NSN: 3120-17-118-3904 BUSHING, SLEEVE Source(s): MAFO NAVAL CLOSURES B.V. H6077 P/N 9451257 MAFO NAVAL CLOSURES B.V. H6077 P/N C9451257 DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. All of this information can be sent to Cassandra Blagmon at Cassandra.Blagmon@dla.mil Phone 804.279.3917.

Deadline: 1/26/2027
Posted: 1/24/2024
RFINAICS: 332991.0

FD2020-22-00321-00

5998-00-426-6827LE CIRCUIT CARD ASSEMB

Deadline: 1/27/2027
Posted: 1/27/2022
Special NoticeNAICS: None

621I-R4 Solicitation RFP-797-FSS-00-0115-R4 and Amendments 0001-0002

Amendment to a Previous Combined Solicitation Page 1 of Amendment to a Previous Combined Solicitation Page 3 of 3 *= Required Field Amendment to a Previous Combined Solicitation Page 1 of 3 VA Federal Supply Schedule (FSS) Schedule 621 I Solicitation RFP-797-FSS-00-0115-R4 for Professional and Allied Healthcare Staffing Services FSS Professional & Allied Healthcare Staffing Service contracts are awarded for the temporary placement of the following labor categories at government locations: physicians, audiologists, EMT paramedics, dental related services, respiratory therapy, physical/recreational therapy, perfusionist, occupational therapy, licensed practical/vocational nurse, medical/nurse assistant, cytotechnologist, kinesiotherapist, orthotist/prosthetist, ophthalmic services, genetic counselor, clinical laboratory science services, counseling related services, dietitian/nutritionist, surgical technologist, radiologic technology services, certified pharmacy technician, certified registered nurse anesthetist, nurse practitioner, dosimetrist, general clinical technologist, chiropractor, certified/licensed midwife, electroneurodiagnostic technologist, and physicist.

Deadline: 1/28/2027
Posted: 1/28/2022
Combined Synopsis/SolicitationNAICS: 561320.0

Q999--Amendment 0002 - Revises 52.222-55 & 52.222-62

Amendment to a Previous Combined Solicitation Page 1 of Amendment to a Previous Combined Solicitation Page 3 of 3 *= Required Field Amendment to a Previous Combined Solicitation Page 1 of 3 VA Federal Supply Schedule (FSS) Schedule 621 I Solicitation RFP-797-FSS-00-0115-R4 for Professional and Allied Healthcare Staffing Services FSS Professional & Allied Healthcare Staffing Service contracts are awarded for the temporary placement of the following labor categories at government locations: physicians, audiologists, EMT paramedics, dental related services, respiratory therapy, physical/recreational therapy, perfusionist, occupational therapy, licensed practical/vocational nurse, medical/nurse assistant, cytotechnologist, kinesiotherapist, orthotist/prosthetist, ophthalmic services, genetic counselor, clinical laboratory science services, counseling related services, dietitian/nutritionist, surgical technologist, radiologic technology services, certified pharmacy technician, certified registered nurse anesthetist, nurse practitioner, dosimetrist, general clinical technologist, chiropractor, certified/licensed midwife, electroneurodiagnostic technologist, and physicist.

Deadline: 1/28/2027
Posted: 1/28/2022
Combined Synopsis/SolicitationNAICS: 561320.0

FD2020-22-00489

1680011689396WF ACTUATOR, ELECTRO-MECHANICAL 60 IMAGES

Deadline: 1/30/2027
Posted: 1/31/2022
Special Notice

FD2020-22-00468

8140012954877NB SHIPPING AND STORAGE 13 IMAGES

Deadline: 1/31/2027
Posted: 2/1/2022
Special Notice

FD2020-22-00251

1560-01-591-4396FJ SPEED BRAKE 1560-01-592-3322FJ SPEED BRAKE

Deadline: 2/1/2027
Posted: 2/3/2022
Special NoticeNAICS: None

Long Range Broad Agency Announcement (BAA) for NSWC Crane

AMENDMENT 0006: Subj: Amendment 06 - updates Contracting Officer and Contract Specialist contact information and extends opportunity to 1 February 2027. I. OVERVIEW OF THE RESEARCH OPPORTUNITY This publication constitutes a Broad Agency Announcement (BAA) for awards by Naval Surface Warfare Center Crane Division (NSWC Crane) Contracts Department, as well as other federal entities where appropriate, as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2) and 35.016, the Department of Defense Grants and Agreements Regulations (DoDGARS) 32 CFR 22.315(a) and the, Office of the Under Secretary of Defense for Acquisition and Sustainment Other Transaction Guide version 2.0 dated July 2023. A formal Request for Proposals (RFP), solicitation, and/or additional information regarding this announcement will not be issued. NSWC Crane reserves the right to fund all, some, or none of the proposals received under this BAA. NSWC Crane provides no funding for direct reimbursement of proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NSWC Crane to treat all proposals submitted under this BAA as sensitive competitive information and to disclose their contents only for the purposes of evaluation. A. Required Overview Content 1. Federal Awarding Agency Name: Naval Surface Warfare Center Crane Division 300 HWY 361 Code T2 Bldg 34 CRANE, IN 47522-5001 Email: usn.crane.nswc-cd-crane-in.mbx.NSWC-Crane-T2-BACA@us.navy.mil Agency Contact: o Contracting Officer: Scotland R. McKinzie (scotland.r.mckinzie.civ@us.navy.mil) o Requiring Technical Activity: Maria Duran (usn.crane.nswc-cd-crane-in.mbx.NSWC-Crane-T2-BACA@us.navy.mil) 2. Funding Opportunity Title: Long Range Broad Agency Announcement (BAA) for NSWC Crane Anticipated individual awards: Multiple awards are anticipated. Anticipated funding type: 6.1, 6.2, 6.3, 6.4 Types of instruments that may be awarded: Procurement contract (Federal Acquisition Regulation (FAR) based), grant, cooperative agreement, or other transaction. 3. Announcement Type: Amendment 06 to Initial Announcement 4. Funding Opportunity Number: N0016424SNB35 5. Catalog of Federal Domestic Assistance Numbers (CFDA): 12.335 Navy Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance 6. Key Dates Dates: (All times listed herein are Eastern Time) Posting Date: Initial Announcement posted on 1 February 2024. Amendment Posting Date: Amendment 01 posted on 15 March 2024, Amendment 02 posted on 17 April 2024, and Amendment 03 posted on 08 May 2024. Amendment 04 posted on 09 August 2024. Amendment 05 posted on 27 January 2025. Amendment 06 posted 30 October 2025. Abstract Due Date: Abstracts may be submitted on a rolling basis. Proposal Due Date: Proposals may be submitted on a rolling basis. Closing Date: Not applicable. Estimated period of performance start: start dates are unique to each action. 7. North American Industry Classification System (NAICS) code: 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The NAICS code for contracts under this announcement is “541715” with a small business size standard of “1,000 employees.” I. DETAILED INFORMATION ABOUT THE FUNDING OPPORTUNITY A. Program Description This announcement seeks revolutionary research ideas, and technology demonstrators that offer potential for advancement and improvement of NSWC Crane’s primary mission areas. ? Funding Opportunity Description NSWC Crane is a field activity of the Naval Sea Systems Command. NSWC Crane supports a wide range of government agencies in the interest of national security. NSWC Crane may publish BAAs and other solicitations in response to specific needs. This BAA is issued to seek innovative solutions and ideas for topics not covered via other means. It is strongly encouraged that potential proposers review existing NSWC Crane solicitations to avoid duplication of effort and to contact the identified points of contact for each BAA topic to discuss specific details of the needs. ? Crane Mission and Technical Capabilities The mission of NSWC Crane is to provide research, development, test and evaluation, acquisition engineering, in-service engineering, and technical support in its assigned technical capabilities for the United States Navy, Department of Defense components and agencies, and other federal agencies and components engaged in national security. NSWC Crane also works to apply component and system-level product and industrial engineering to surface sensors, strategic systems, special warfare devices and electronic warfare systems, as well as to execute other responsibilities as assigned by the Commander, Naval Surface Warfare Center. The focus of NSWC Crane is “Harnessing the Power of Technology for the Warfighter.” Crane specializes in total lifecycle support in three broad focus areas: Expeditionary Warfare, Strategic Missions, and Electronic Warfare, which support ten assigned technical capabilities (TCs) listed below. 1. Electronic Warfare (EW) 2. Infrared and Pyrotechnic Countermeasures 3. Strategic Systems Hardware 4. Expeditionary Warfare and Systems 5. Advanced Electronics 6. Sensors and Surveillance Systems 7. Hypersonic Weapon Systems 8. Power and Energy Systems 9. Electro-optic and Infrared Technologies 10. Force level EW Mission Analysis, Advanced Concepts and Technologies Within each of the TCs, there are multiple thrust areas, which present considerable opportunities for innovative research and solutions to support national security imperatives. There is intentional overlapping space within the listed TC such that a potential technology or research idea may support multiple TCs. Any proposal should list the principal TC as well as any adjunct TCs that should be considered. Proposals that support multiple TCs are strongly desired but not necessary. AMENDMENT 0005: Amendment 05 – extends opportunity deadline AMENDMENT 0004: Amendment 04 – adds Hypersonic Weapon System Point of Contact. Hypersonic Weapon Systems – Sarah Armstrong, sarah.e.armstrong12.civ@us.navy.mil AMENDMENT 0003: Amendment 03 – adds technical point of contact, Charlie Walker (Charles.d.walker130.civ@us.navy.mil) to the following technical areas: Electronic Warfare and Force Level EW Mission Analysis, Advanced Concepts, and technologies. AMENDMENT 0002: Amendment 02 – corrects Mr. Patrick Shaffer’s email address to patrick.j.shaffer.civ@us.navy.mil. AMENDMENT 0001: Amendment 01 - Removes language referring to Technical and Cost proposal templates and updates White Paper format page limit information. *See attachment for the BAA in its entirety.

Deadline: 2/1/2027
Posted: 10/30/2025
Special NoticeNAICS: 541715.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025 (OM25275)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025 (OM25275) The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed at the Mississippi River Southwest Pass Area and possibly in other areas of the New Orleans District. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. This Solicitation will be opened by Amendment only. 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). Bid Abstract Posted

Deadline: 2/3/2027
Posted: 3/28/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025 (OM25275)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025 (OM25275) The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed at the Mississippi River Southwest Pass Area and possibly in other areas of the New Orleans District. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. This Solicitation will be opened by Amendment only. 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).

Deadline: 2/3/2027
Posted: 2/4/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 4-2025 (OM25278)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 4-2025 (OM25278) The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed at the Mississippi River Southwest Pass Area and possibly in other areas of the New Orleans District. 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 9 December 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).

Deadline: 2/3/2027
Posted: 2/4/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 3-2025 (OM25277)

Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 3-2025 (OM25277) The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed at the Mississippi River Southwest Pass Area and possibly in other areas of the New Orleans District. 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 9 December 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).

Deadline: 2/3/2027
Posted: 2/4/2025
SolicitationNAICS: 237990.0

FD2020-22-00503

NSN: 1620011365173 NOUN: NOSE BX ASSY P/N: 57730-7

Deadline: 2/4/2027
Posted: 2/4/2022
Special NoticeNAICS: None

Tiger Pass Dredging Over Utility Corridor, Plaquemines Parish,

Description and Magnitude of Work is as follows: The work consists of the removal and satisfactory disposal of dredged material excavated from the Tiger Pass Bar Channel and identification of utilities, within the limits shown on the contract drawings. (The estimated time of completion is 135 calendar days after receipt of Notice to Proceed. The solicitation will include 5 drawings and specifications). No dike work is included with this project. The bid opening will be conducted virtually, please see Section 0010 for Instructions to Bidders.

Deadline: 2/5/2027
Posted: 2/6/2025
SolicitationNAICS: 237990.0

FD2020-22-00502

5995015373779AH CABLE ASSY 6 IMAGES

Deadline: 2/6/2027
Posted: 2/7/2022
Special Notice

Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana

AMENDMENT 0005 POSTED TO EXTEND BID OPENING DATE INDEFINTELY W912P825B0001 - Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana This solicitation will be issued as UNRESTRICTED. The NAICS code for this procurement is 237990. The magnitude of construction is between $25,000,000 and $100,000,000. DESCRIPTION AND MAGNITUDE OF WORK: The work consists of clearing and grubbing; construction of new diversion channel; construction of temporary channel; construction of new pump station; demolition and installation of new roadway; removal of existing bridge; construction of highway bridge; pile installation; construction of access roads and culverts; preload installation and removal; removal and disposal of residential structures; maintaining storm water management during construction; traffic control and coordination; asphalt paving, placing high performance turf reinforcement mats; surfacing, riprap and scour protection; stone bedding, turf establishment; hydroseeding, geotextile placement, road relocation, installation of precast, prestressed concrete pile, pile load testing, fencing and gates, dewatering, and other related incidental work. This solicitation will be issued as an Invitation for Bid (IFB). The resulting contract shall be firm fixed price (FFP). When posted, the solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. The Contract Specialist for this solicitation is Lauren A. Gandolfi at (504)862-2466 (lauren.a.gandolfi@usace.army.mil).

Deadline: 2/6/2027
Posted: 1/24/2025
PresolicitationNAICS: 237990.0

FD2020-22-00381

NSN: 1620-00-299-0347 NOUN: UNIVERSAL, STEERING PART #: 68A450958-1003

Deadline: 2/7/2027
Posted: 2/7/2022
Special NoticeNAICS: None

FD2020-22-00067-01

NSN: 1620-00-264-0750LE NOUN: CYLINDER AND PISTON PART #: 7227216-10

Deadline: 2/7/2027
Posted: 2/7/2022
Special NoticeNAICS: None

FD2020-22-50072

NSN: 1377-01-262-0521ES, 1377-01-203-1961ES NOUN: INITIATOR, PROPELLANT PART #: 68-710064-101

Deadline: 2/7/2027
Posted: 2/7/2022
Special NoticeNAICS: None

FD2020-22-00312

NSN: 1620010492910LE NOUN: POTENTIOMETER,INPUT P/N: 16L070-1

Deadline: 2/7/2027
Posted: 2/8/2022
Special NoticeNAICS: None

FD2020-22-00519

5998-01-651-4973FD CIRCUIT CARD ASSEMBLY

Deadline: 2/8/2027
Posted: 2/8/2022
Special NoticeNAICS: None

FD2020-22-00533-00

5360-01-691-2952LE SPRING,HELICAL,COMP

Deadline: 2/9/2027
Posted: 2/9/2022
Special NoticeNAICS: None

FD2020-22-50057

NSN: 1377-01-085-5974ES, 1377-01-461-9131ES NOUN: BOLT, EXPLOSIVE PART #: 16VK019-3

Deadline: 2/9/2027
Posted: 2/9/2022
Special NoticeNAICS: None

FD20202200534-00

5340-01-690-7971LE, CLAMP,BLOCK, 201416723-10, Rev 2.

Deadline: 2/9/2027
Posted: 2/10/2022
Special NoticeNAICS: None

FD2020-22-00459-00

1630-00-524-4271 Brake Rotor

Deadline: 2/9/2027
Posted: 2/11/2022
Special NoticeNAICS: None

FD2020-22-00459-00

1630-00-524-4271 Brake Rotor

Deadline: 2/9/2027
Posted: 2/11/2022
Special Notice

FD2020-22-00459-00

1630-00-524-4271 Brake Rotor

Deadline: 2/9/2027
Posted: 2/9/2022
Special Notice

FD2020-22-50065

NSN: 1377016488442ES NOUN: INITIATOR,CARTRIDGE P/N: 32-72317-21

Deadline: 2/10/2027
Posted: 2/10/2022
Special NoticeNAICS: None

FD2020-22-00505

3010014622032AH CLUTCH ASSEMBLY 3 IMAGES

Deadline: 2/10/2027
Posted: 2/11/2022
Special Notice

FD2020-22-00359

6130015859805WF POWER SUPPLY 4 IMAGES

Deadline: 2/10/2027
Posted: 2/11/2022
Special Notice

FD2020-22-00535-00

1680-01-691-7833LE Elastomer Pad

Deadline: 2/10/2027
Posted: 2/11/2022
Special NoticeNAICS: None

FD2020-22-00531-00

1650-01-690-8863LE Accumulator Cap

Deadline: 2/10/2027
Posted: 2/11/2022
Special Notice

FD2020-22-00531-00

1650-01-690-8863LE Accumulator Cap

Deadline: 2/10/2027
Posted: 2/11/2022
Special NoticeNAICS: None

Pinon Health Center Needs a Contractor to Provide Arc Flash Study

COMBINED SYNOPSIS/SOLICITATION TEMPLATE IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included I this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation no. IHS1506319 is issued as an request for quotation (RFQ). The solicitation document incorporates provisions and clauses that are those in effect through Federal Acquisition Circular (FAC) 2025-03, effective January 17, 2025. The solicitation is a Indian Small Business Economic Enterprise set-aside under North American Industry Classification System (NAICS) code 541330 with an associated small business size standard of $16.5. SCHEDULE OF ITEMS CLIN NO. Description Quantity Unit Price Extended Price 1 Short Circuit/ Arc Flash Study – Device Coordination Study – Arc Flash Label Installation TOTAL SOW will be included as an attachment. The period of performance is 04/01/2025-12/31/2025. The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (SEP 2023), applies to this acquisition. Addenda are included. 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Nov 2021). All offers must include information and submitted at or before the date and time specified in this solicitation. 52.212-1(b) Submission of Offers. Email offer directly to the Contracting Officer for this action is: Whitney Shorty, Contract Specialist, 928-725-9806, whitney.shorty@ihs.gov. Limit offer size to 6MB. All questions shall be submitted in writing 5 days prior to closing/response date. To be considered for award, your offer shall include the following documents or it will be non-responsive and removed from award consideration: Pricing: Complete and sign Fee Schedule (attached). The Government will consider competitive rates upon negotiation. Provide your Quotation. Experience: Provide a list of at least (3) past projects of similar scope; include detailed project description, location, dollar amount, and period of performance. Past Performance: Provide a letter of reference from a past customer. Qualifications: Provide evidence that you are qualified to do the work. Logistics: Provide a plan of action describing the logistics of how you will be providing services. Provide a completed IHS IEE Representation Form attachment. The provision at 52.212-2, Evaluation – Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. The following factors shall be used to evaluate quotes: The Government reserves the right to issue a single award or multiple awards to contractor(s) whose quote represents the best value as defined by FAR 2.101. In determining best value, tradeoffs, Price and other Evaluation Factors will be considered: Past Performance, Experience, Qualifications, and Logistics. The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. The socio-economic status of an offer may also be considered, should one or more quotes represent the best value. Offerors must include with its quote a completed copy of the provision at 52.212-3 Offeror Representations and Certifications – Commercial Products and Commercial Services (MAY 2024). The following Federal Acquisition Regulation provisions also apply: 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING AUG 2020 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT OCT 2020 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE www.acquisition.gov/browse/index/far, www.acquisition.gov/hhsar FEB 1998 The following Department of Health and Human Services Acquisition Regulation provisions also apply: 352.239-73 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY NOTICE DEC 2015 52.226-7 INDIAN ECONOMIC ENTERPRISE REPRESENTATION MAR 2022 (a) The offeror must represent as part of its offer that it does meet the definition of Indian Economic Enterprise (IEE) as defined in HHSAR 326.601 and that it intends to meet the definition of an IEE throughout the performance of the contract. The offeror must notify the contracting officer immediately, via email, if there is any ownership change affecting compliance with this representation. (b) The representation must be made on the designated IHS Indian Economic Enterprise Representation form or any successor forms through which the offeror will certify that the ownership requirements defined by HHSAR 326.601 are met. (c) Any false or misleading information submitted by an enterprise when submitting an offer in consideration for an award set-aside under the Buy Indian Act is a violation of the law punishable under 18 U.S.C. 1001. False claims submitted as part of contract performance are subject to the penalties enumerated in 31 U.S.C. 3729 to 3731 and 18 U.S.C. 287. (End of provision) The clause at 52.212-4, Contract Terms and Conditions – Commercial Products and Commercial Services (MAY 2024), applies to this acquisition. Addenda are not included. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (JAN 2025), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: Clause No. Clause Name Clause Date 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 Jun 2010 52.204-14 Service Contract Reporting Requirements Oct 2016 52.204-27 Prohibition on a ByteDance Covered Application Jun 2023 52.219-28 Post Award Small Business Program Representation Feb 2024 52.222-21 Prohibition of Segregated Facilities Apr 2015 52.222-26 Equal Opportunity Sep 2016 52.222-36 Equal Opportunity for Workers with Disabilities Jun 2020 52.222.50 Combating Trafficking in Persons Nov 2021 52.223-23 Sustainable Products and Services May 2024 52.224-3 Privacy Training Jun 2017 52.225-1 Buy American Supplies Oct 2022 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act Nov 2023 52.226-8 Encouraging Contractor Policies to ban Text Messaging While Driving May 2024 52.232-33 Payment by Electronic Funds Transfer-System for Award Management Oct 2018 52.239-1 Privacy or Security Safeguards Aug 1996 52.222-41 Service Contract Labor Standards Aug 2018 The following Federal Acquisition Regulation clauses also apply: 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE AUG 2020 52.237-2 PROTECTION OF GOVERNMENT BUILDING, EQUIPMENT, AND VEGETATION APR 1984 52.252-2 CLAUSES INCORPORATED BY REFERENCE www.acquisition.gov/browse/index/far, www.acquisition.gov/hhsar FEB 1998 The following Department of Health and Human Services Acquisition Regulation clauses incorporated by reference also apply: 352.223-70 SAFETY AND HEALTH DEC 2015 352.224-70 PRIVACY ACT DEC 2015 352.224-71 CONFIDENTIAL INFORMATION DEC 2015 352.226-1 INDIAN PREFERENCE DEC 2015 352.237-73 INDIAN CHILD PROTECTION AND FAMILY VIOLENCE ACT DEC 2015 352.237-75 KEY PERSONNEL DEC 2015 352.226-4 NOTICE OF INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET-ASIDE MAR 2022 Under the Buy Indian Act, 25 U.S.C. 47, offers are solicited only from Indian Economic Enterprises (HHSAR 326.606) that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. As required by HHSAR §??352.226-7(b), offerors shall include a completed Indian Economic Enterprise Representation form in response to Sources Sought Notices, Request for Information (RFI) and as part of the proposal submission. The Indian Economic Enterprise Representation form, available on the IHS DAP public website ( www.IHS.gov/DAP ), shall be included in synopses, presolicitation notices, and solicitations for the acquisitions under the Buy Indian Act. Offers received from enterprises that are not both Indian Economic Enterprises and small business concerns will not be considered and will be rejected. (End of clause) 352.226-6 INDIAN ECONOMIC ENTERPRISE SUBCONTRACTING LIMITATIONS MAR 2022 (a) Definitions as used in this clause. (1) Indian Economic Enterprise means any business activity owned by one or more Indians or Indian Tribes that is established for the purpose of profit provided that: The combined Indian or Indian Tribe ownership must constitute not less than 51 percent of the enterprise; the Indians or Indian Tribes must, together, receive at least a majority of the earnings from the contract; and the management and daily business operations of an enterprise must be controlled by one or more individuals who are Indians. To ensure actual control over the enterprise, the individuals must possess requisite management or technical capabilities directly related to the primary industry in which the enterprise conducts business. The enterprise must meet these requirements throughout the following time periods: (i) At the time an offer is made in response to a written solicitation; (ii) At the time of the contract award; and (iii) During the full term of the contract. (2) Subcontract means any contract, as defined in FAR subpart 2.1, entered into by a subcontractor to furnish supplies or services for performance of the prime contractor or subcontractor. It includes, but is not limited to, purchase orders, and changes and modifications to purchase orders. (3) Subcontractor means any supplier, distributor, vendor, or firm that furnishes supplies or services to or for a prime contractor or another subcontractor. (b) Required Percentages of work by the concern. The contractor must comply with FAR 52.219-14, Limitations on Subcontracting clause in allocating what percentage of work to subcontract. The contractor shall not subcontract work exceeding the subcontract limitations in FAR 52.219-14 to a concern other than a responsible Indian Economic Enterprise. (c) Any work that an IEE subcontractor does not perform with its own employee shall be considered subcontracted work for the purpose of calculating percentages of subcontract work in accordance with FAR 52.219-14 Limitations on Subcontracting. (d) Cooperation. The contractor must: (1) Carry out the requirements of this clause to the fullest extent; and (2) Cooperate in any study or survey that the CO, Indian Health Service or its agents may conduct to verify the contractor's compliance with this clause. (e) Incorporation in Subcontracts. The contractor must incorporate the substance of this clause, including this paragraph (e), in all subcontracts for general services, A&E services and construction awarded under this contract. (End of clause) 352.232-71 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS FEB 2022 Definitions. As used in this clause – Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), “Content of Invoices” and the applicable Payment clause included in this contract. Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures. If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer’s written authorization with each payment request. (End of Clause) The following local Indian Health Service, Gallup Service Unit special instructions also apply: NAIHS-ACQ-08 CONTRACTING OFFICER’S REPRESENTATIVE AUG 2022 (a) Definition. “Contracting Officer’s Representative (COR)” means an individual designated in by the Contracting Officer as authorized personnel responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (b) Per FAR Subpart 1.602-2(d): The Contracting Officer (CO) determines that this contract requires a Contracting Officer Representative (COR). The Contracting Officer Representative (COR) is: TBD at time of award. (c) Upon award, the COR will receive a copy of the written designation, specifying the extent of the COR’s authority on behalf of the CO. (d) Limitations. The COR is not authorized to make any commitments or changes that will affect price, quality, quantity, delivery, or any other term or condition of the contract. Any contractor request for changes shall be referred to the CO directly or through the COR. No such changes shall be made without the express written prior authorization of the CO. (End of Clause) NAIHS-ACQ-09 UNAUTHORIZED COMMITMENTS SEP 2023 Definitions. Contracting Officer means a person with the authority to enter into, administer, and/or terminate contracts and make related determination and findings. Ratification means the act of approving an unauthorized commitment by an official who has the authority to do so. Unauthorized Commitment (UAC) means an agreement that is not binding solely because the Government representative who made it lacked the authority to enter into that agreement on behalf of the Government. Policy. The Government is not bound by agreements with, or contractual commitments made to, prospective contractors by individuals who do not have delegated contracting authority. Unauthorized commitments do not follow the appropriate process for the expenditure of Government funds. Consequently, the Government may not be able to ratify certain actions, putting a contractor at risk for taking direction from a Federal official other than the contracting officer (see FAR 1.602-1) Government employees responsible for unauthorized commitments are subject to disciplinary action. Contractors perform at their own risk when accepting direction from unauthorized officials. Failure to follow statutory and regulatory processes for the expenditure of Government funds is a very serious matter. Procedure. Any agreement, modification, or change to a contractual agreement made by a government personnel who lack authority will be deemed an unauthorized commitment. The Government is not liable to the Contractor or under the terms of the contract, financially or otherwise – unless the unauthorized commitment successfully passes the ratification process. The ratification process does not have any lead time, nor does the Government make any promise that an unauthorized commitment will be ratified and, therefore, the Contractor would be paid. The Contractor proceeds at its own risk if any of the terms of the contract are altered, changed, or modified without the written concurrence by a Contracting Officer. (End of Clause) Offers are due: February 10, 2025 at 5:00 PM MST For additional information or questions about the solicitation, contact Whitney Shorty, Contract Specialist at 928-725-9806 or whitney.shorty@ihs.gov.

Deadline: 2/11/2027
Posted: 1/30/2025
Combined Synopsis/SolicitationNAICS: 541330.0

FD2020-22-00518

1650016693494YP MOTOR, HYDRAULIC 3 IMAGES

Deadline: 2/13/2027
Posted: 2/14/2022
Special Notice
Page 22 of 48