Federal Contract Opportunities
Showing 1,051-1,100 of 2,701 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
FD2020-22-00097
6150013079035AH CABLE ASSEMBLY 123 IMAGES
FD2020-22-00101
5998015810426AH 3 IMAGES 5998015810430AH 11 IMAGES 5998015816927AH 13 IMAGES CIRCUIT CARD ASSEMBLY
FD2020-22-00055
6130219142914WF POWER SUPPLY 5 IMAGES
FD2020-22-00052
6150000099603AH CABLE ASSEMBLY 388 IMAGES
FD2020-22-00051
6150000051715AH CABLE ASSEMBLY 433 IMAGES
BROAD AGENCY ANNOUNCEMENT: Operational Analysis, SSN/SSGN Survivability Program (S3P), and Hull, Mechanical and Electrical (HM&E) Materials, Design Concepts, and Technologies for Future Submarine Platforms
This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2) and 35.016. A formal Request for Proposal (RFP), solicitation, and/or additional information regarding this announcement will not be issued or further announced. This announcement will remain open for three (3) years from the date of publication unless otherwise extended. Initial responses to this announcement must be in the form of White Papers and may be submitted at any time during this three (3) year period. Proposals will be requested only from those Offerors selected as a result of the technical review of the White Papers made in accordance with the evaluation criteria specified herein. Contracts, or any other ordering vehicle identified as appropriate upon the receipt of the individual White Papers, may be awarded based on proposal evaluations and availability of funding. The Naval Sea Systems Command (NAVSEA) will not issue paper copies of this announcement. NAVSEA reserves the right to select for proposal submission all, some or none from among the White Papers submitted in response to this announcement. Issuance of an RFP is not a commitment by NAVSEA to award a contract. NAVSEA provides no funding for direct reimbursement of White Paper or proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NAVSEA to treat all White Papers and proposals as competition sensitive information and to disclose their contents only for the purposes of evaluation.
BROAD AGENCY ANNOUNCEMENT: Operational Analysis, SSN/SSGN Survivability Program (S3P), and Hull, Mechanical and Electrical (HM&E) Materials, Design Concepts, and Technologies for Future Submarine Platforms
06/16/2025: Update Point of Contact (POC) ------------------------------------------------------------ This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2) and 35.016. A formal Request for Proposal (RFP), solicitation, and/or additional information regarding this announcement will not be issued or further announced. This announcement will remain open for three (3) years from the date of publication unless otherwise extended. Initial responses to this announcement must be in the form of White Papers and may be submitted at any time during this three (3) year period. Proposals will be requested only from those Offerors selected as a result of the technical review of the White Papers made in accordance with the evaluation criteria specified herein. Contracts, or any other ordering vehicle identified as appropriate upon the receipt of the individual White Papers, may be awarded based on proposal evaluations and availability of funding. The Naval Sea Systems Command (NAVSEA) will not issue paper copies of this announcement. NAVSEA reserves the right to select for proposal submission all, some or none from among the White Papers submitted in response to this announcement. Issuance of an RFP is not a commitment by NAVSEA to award a contract. NAVSEA provides no funding for direct reimbursement of White Paper or proposal development costs. Technical and cost proposals (or any other material) submitted in response to this BAA will not be returned. It is the policy of NAVSEA to treat all White Papers and proposals as competition sensitive information and to disclose their contents only for the purposes of evaluation.
FD2020-22-00052
6150000099603AH CABLE ASSEMBLY 410 IMAGES
FD2020-22-00058-00
5331-01-644-0328LE O-RING
DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
DRYDOCK: USCGC COBIA DRY DOCK AVAILABILITY FY2026
FD2020-22-00066
6150-00-406-2757AH CABLE ASSEMBLY,SPEC
FD2020-21-00531
NSN: 5960014448163WF
FD2020-22-00059-00
3120-01-644-4907LE BUSHING
FD2020-22-00099
2835-01-308-3769RP ENGINE,GAS TURBINE
FD2020-22-00069
6150004508175AH CABLE ASSEMBLY 363 IMAGES
FD2020-22-00074
6150004508177AH CABLE ASSEMBLY 398 IMAGES
FD2020-22-00053
6150004356075AH CABLE ASSEMBLY 649 IMAGES
FD2020-22-00106
5995014619787AH CABLE ASSEMBLY 4 IMAGES
120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
SOLICITATION N3220526R6016 Q&A 0001 IS HEREBY POSTED. PLEASE SEE ATTACHED Q&A 0001. SOLICITATION N3220526R6016 IS HEREBY AMENDED. PLEASE SEE ATTACHED AMENDMENT A0001 RFP N3220526R6016 AND ITS ASSOCIATED DOCUMENTS ARE HEREBY ATTACHED.
FD2020-22-00074
6150004508177AH CABLE ASSEMBLY 398 IMAGES
120-DAY SPECIAL TIME CHARTER WITH ONE 50-DAY OPTION JONES ACT
RFP N3220526R6016 AND ITS ASSOCIATED DOCUMENTS ARE HEREBY ATTACHED.
FD2030-25-02327
NSN: 2840-01-455-9142NZ NOUN: NOZZLE SEGMENT, TURB TOP DRAWING: 4088060 EDL REVISION & DATE: 24 / 30 OCT 2025 MDC CODE: WAB IM NAME: DINH, VIVIAN U.
FD2020-22-00113
NSN: 1650011683691LE P/N: 39-24110-1 NOUN: SLEEVE,DIRECTIONAL
DATA PACK ASSEMBLY
CONTACT INFORMATION|4|N7M1.15|BUD|717-605-1350|Kailyn.m.muro.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||TBD|N00104|TBD|TBD|See schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 days after date of award.| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|334412|750|X|X|||||||||| INSTRUCTIONS TO OFFERORS -- COMPETITIVE ACQUISITION (NOV 2021)|2||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| The purpose of this Amendment is to update the clauses and provisions, update the option period, and extend the offer due date to 03 NOV 2026. This Amendment makes no other changes. \ Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution.. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 276 Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price:__________ Total Price:__________ Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractors facility as reflected in the AAction Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Check one: Firm-fixed-Price ___ Estimated ___ NTE ___ Return Material Authorization # (RMA), if applicable:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage. Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material. Option Remarks: The Contract Officer would like to exercise a 100% option quantity within180-days of the effective date of the contract award. The contractor willprovide the same delivery turnaround as the base line items. A modificationwill be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% optionquantity for the procurement contract. Yes ___ or No ____ Please indicate the pricing for the option quantity. Price Each: $___________ IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the DATA PACK ASSEMBLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The DATA PACK ASSEMBLY repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;54547 131020-1 1GX03 131020-1 5MQW9 131020-1; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
DATA PACK ASSEMBLY
CONTACT INFORMATION|4|N7M1.15|BUD|717-605-1350|Kailyn.m.muro.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||TBD|N00104|TBD|TBD|See schedule|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| EQUAL OPPORTUNITY (SEP 2016)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| OPTION FOR INCREASED QUANTITY (MAR 1989)|1|180 days after date of award.| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2024)|13|334412|750|X|X|||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ All freight is FOB Origin. This RFQ is for repair. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prior to execution.. Verify nomenclature, part number, and NSN prior to responding. The Government is seeking a Repair Turnaround Time (RTAT) of: 276 Government Source Inspection (GSI) is required. Please note freight is handled by Navy CAV or Proxy CAV as stated in NAVSUPWSSFA24 or NAVSUPWSSFA25. Your quote should include the following information: QUOTE AMOUNT AND RTAT Unit Price:__________ Total Price:__________ Repair Turnaround Time (RTAT): _______ days If your company is not quoting the Government's Required Repair Turnaround Time (RTAT) or earlier, provide your company's capacity constraints? _________________________________________________________________ _________________________________________________________________ _________________________________________________________________ Repair Turnaround Time (RTAT): the resultant contractual delivery requirement is measured from asset Return to the date of asset acceptance under the terms of the contract. For purposes of this section, Return is defined as physical receipt of the F-condition asset at the contractors facility as reflected in the AAction Date entry in the Commercial Asset Visibility (CAV) system. In accordance with the CAV Statement of Work, the contractor is required to accurately report all transactions by the end of the fifth regular business day after receipt and the Action Date entered in CAV must be dated to reflect the actual date of physical receipt. The Contractor must obtain final inspection and acceptance by the Government for all assets within the RTATs established in this contract. Check one: Firm-fixed-Price ___ Estimated ___ NTE ___ Return Material Authorization # (RMA), if applicable:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material that may be in unwhole condition, missing hardware, damaged, handling damage, missing parts and wear damage. Delivery Vehicle (if Delivery Order requested) (if your company has a current BOA/IDIQ, for example) :__________________ TESTING AND EVALUATION IF BEYOND REPAIR T&E fee/price (if asset is determined BR/BER): If an item is determined BR, and the contractor provides documentation that costs were incurred during evaluation and determination of BR, the contracting officer will negotiate a reduced contract price, not-to exceed (NTE) $___________associated with the repair effort to reflect the BR status of the equipment. The T&E fee (if asset is determined BR/BER) was determined/computed based on:______________________________________. AWARDEE INFO & PERFORMANCE LOCATION Awardee CAGE: __________ Inspection & Acceptance CAGE, if not same as ""awardee CAGE"": __________ Facility/Subcontractor CAGE (where the asset should be shipped), if not same as ""awardee CAGE"":__________ IOT COMPARE REPAIR PRICE TO PRICE TO BUY NEW New unit price:__________ New unit delivery lead-time:__________ ALL PRICING IS FIRM. PLEASE CONSIDER THE FOLLOWING WHEN PROVIDING PRICE: Include repair price with all costs associated with receipt and complete repair of material. Option Remarks: The Contract Officer would like to exercise a 100% option quantity within180-days of the effective date of the contract award. The contractor willprovide the same delivery turnaround as the base line items. A modificationwill be completed at the time the option is exercised and all current contract terms and conditions will apply to the option quantity. Please indicate if the Contracting Officer may exercise the 100% optionquantity for the procurement contract. Yes ___ or No ____ Please indicate the pricing for the option quantity. Price Each: $___________ IMPORTANT NOTE: Any asset for which the contractor does not meet the required RTAT will incur a price reduction per unit/per month the contractor is late - any delay determined to be excusable (e.g. Government Delay) will not result in a price reduction. If a price reduction is required due to unexcusable contractor delay, the Contracting Officer will implement the aforementioned price reduction via a ""reconciliation modification"" at the end of the contract performance. Price reductions made pursuant to this section shall not limit other remedies available to the Government for failure to meet required RTATs, including but not limited to the Government's right to terminate for default. In reference to the above important note, the contractor provides the following price reduction amount per unit per month the contractor does not meet the RTAT: $__________, up to a maximum of: $_________. \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for repair and the contract quality requirements for the DATA PACK ASSEMBLY . 2. APPLICABLE DOCUMENTS 2.1 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.1.1 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 3. REQUIREMENTS 3.1 Cage Code/Reference Number Items - The DATA PACK ASSEMBLY repaired under this contract/purchase order shall meet the operational and functional requirements as represented by the Cage Code(s) and reference number(s) listed below. All repair work shall be performed in accordance with the contractors repair/overhaul standard practices, manuals and directives including but not limited to drawings, technical orders, manufacturing operations, tooling instructions, approved repair standards and any other contractor or government approved documents developed to provide technical repair procedures. CAGE___Ref. No. ;54547 131020-1 1GX03 131020-1; 3.2 Marking - This item shall be physically identified in accordance with ;MIL-STD-130, REV N, 16 NOV 2012; . 3.3 Changes in Design, Material Servicing, or Part Number - Except for a Code 1 change, which shall be processed as provided in the code statement shown below, no substitution of items shall be made until the NAVICP-MECH Contracting Officer has notified and approval has been given by issuance of a written change order. When any change in design, material, servicing or part number is made to replace or substitute any item to be furnished on this contract/purchase order, the Contractor shall furnish, for the substituting/replacement item, a drawing and an explanation of the reason for the change, explaining the reason therefor. If finished detail drawings are not available, shop drawings in the form used by the manufacturer will be acceptable for Government evaluation. When notifying the Procurement Contracting Officer of the reasons for making substitutions, the type of change shall be indicated by code number in accordance with one of the following statements: Code 1: PART NUMBER CHANGE ONLY - If the Manufacturer's Part Number indicated thereon has changed, but the parts are identical in all respects, supply the item and advise NAVICP-MECH immediately of the new part number. Code 2: Assembly (or set or kit) not furnished - Used following detail parts. Code 3: Part not furnished separately - Use assembly. Code 4: Part redesigned - Old and new parts are completely interchangeable. Code 5: Part redesigned - New part replaces old. Old part cannot replace new. Code 6: Part redesigned - Parts not interchangeable. 4. QUALITY ASSURANCE 4.1 Responsibility for Inspection - Unless otherwise specified in the contract/purchase order, the Contractor is responsible for the performance of all inspection requirements as specified herein. Except as otherwise specified in the contract/purchase order, the Contractor may use his own or any other facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements. 4.2 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.3 Records - Records of all inspection work by the Contractor shall be kept complete and available to the Government during the performance of contract/purchase order and for a period of 365 calendar days after final delivery of supplies. 4.4 Inspection/Testing Repaired Items - The Contractor shall perform all inspection and testing requirements as specified in the original manufacturer's specifications and drawings. 5. PACKAGING 5.1 Preservation, Packaging, Packing and Marking - Preservation, Packaging, Packing and Marking shall be in accordance with the Contract/Purchase Order Schedule and as specified below. MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES 6.1 Ordering Information for Document References - The Department of Defense Single Stock Point (DODSSP), Website http://www.dsp.dla.mil/, provides product information for the Department Of Defense Index Of Specifications and Standards (DODISS) (i.e.Military/Federal Specifications and Standards), Data Item Descriptions (DIDs), and other DODSSP Products. Most Specifications can obtained directly from http://quicksearch.dla.mil/ A. Availability of Cancelled Documents - The DODSSP offers cancelled documentsthat are required by private industry in fulfillment of contractual obligationsin paper format. Documents can be requested by phoning the Subscription Services Desk. B. Commercial Specifications, Standards, and Descriptions - These specifications, standards and descriptions are not available from Government sources. Theymay be obtained from the publishers of the applicable societies. C. Ordnance Standards (OS), Weapons Specifications (WS), and NAVORD OSTD 600 Pages - These type publications may be obtained by submitting a request to: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410P, 101 Strauss Avenue Indian Head, MD 20640-5035 D. On post-award actions, requests for "Official Use Only" and "NOFORN" (Not Releasable To Foreign Nationals) documents must identify the Government ContractNumber, and must be submitted via the cognizant Defense Contract Management Command (DCMC) for certification of need for the document. On pre-award actions such requests must be submitted to the PCO for certification of need for the document. E. NOFORN Military Specifications and Standards (including Amendments, Change Notices and Supplements, but NOT interim Changes) to be ordered from: Contracting Officer NAVSUP-WSS Code 87321 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned NAVSEA Documents and Identification Numbers (i.e. NAVSEA Welding Standard, NAVSEA 250-1500-1) are to be ordered enue: Commanding Officer NAVSUP-WSS Code 009 5450 Carlisle Pike P.O. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned NAVSEA Identification Numbers (i.e. NAVSEA Welding And Brazing Procedure, NAVSEA S9074-AQ-GIB-010/248) are to be ordered from: Commanding Officer NAVSUP-WSS Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes and Classified Specifications must be obtained by submitting a request on DD Form 1425 to NAVSUP-WSS. 6.2 In accordance with OPNAVINST 5510.1 all documents and drawings provided by the U.S. Navy to perspective Contractors must include a "Distribution Statement" to inform the contractor of the limits of distribution, and the safeguarding of the information contained on those documents and drawings. There are 7 (seven) seperate distribution statement codes used for non-classified documents and drawings. The definition for each is as follows: A... approved for public release; distribution is unlimited. B... distribution authorized to US Governments agencies only. C... distribution authorized to US Government agencies and their contractors. D... distribution authorized to DoD and DoD contractors only. E... distribution authorized to DoD Components only. F... further distribution only as directed by Commander, Naval Sea Systems Command, code 09T. X... distribution is authorized to US Government agencies and private individuals or enterprises eligible to obtain export controlled technical data in accordance with OPNAVINST 5510.161. 6.3 Notice To Distributors/Offerors - Consideration for award of contract shall be given only to authorized distributors of the original manufacturer's item represented in this solicitation. If you desire to be considered as a potential source for award of this contract, proof of being an authorized distributor shall be provided on company letterhead signed by a responsible company official and sent with your offer to the Procurement Contracting Officer.
GEM4000 Analyzer Repair
The United States Department of the Naval Medical Research Command (NMRC) intends to award a sole source order to, Werfen in Bedford, Massachusetts. The GEM4000 analyzer is presenting with a CoOx hardware failure error 264. Werfen engineers are needed to service and repair this failure. This requirement is for authorized approved vendors to perform services for brand name equipment. This notice is not a request for competitive proposals however If interested Government shall consider all responses. The government intends on awarding a firm fixed price contract for this requirement. The NAICS code for this action is 334516. This requirement will be procured under the guidelines of FAR Part 12 Commercial Items. NMRC requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in Systems for Award Management. For additional information and to register in SAM, please access the following website: https://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this Acquisition Office, all offers must have a Unique Entity Identification Number (UEI). A Sam.gov number may be acquired free of charge by contacting Sam.gov online at www.sam.gov or by phone at (866) 606-8220
GEM4000 Analyzer Repair
The United States Department of the Naval Medical Research Command (NMRC) intends to award a sole source order to, Werfen in Bedford, Massachusetts. This requirement is for authorized approved vendors to perform services for brand name equipment. This notice is not a request for competitive proposals however If interested Government shall consider all responses. The government intends on awarding a firm fixed price contract for this requirement. The NAICS code for this action is 334516. This requirement will be procured under the guidelines of FAR Part 12 Commercial Items. NMRC requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in Systems for Award Management. For additional information and to register in SAM, please access the following website: https://www.sam.gov/. In order to register with the SAM and to be eligible to receive an award from this Acquisition Office, all offers must have a Unique Entity Identification Number (UEI). A Sam.gov number may be acquired free of charge by contacting Sam.gov online at www.sam.gov or by phone at (866) 606-8220
FD2020-22-00070
6150-00-450-8176AH CABLE ASSEMBLY,SPEC
FD2020-22-00061
5998-00-458-9102AH CIRCUIT CARD ASSEMB
FD2020-22-00111
NSN: 4810-00-441-4468LE NOUN: SERVOVALVE, HYDRAULIC PART #: 39-163180
FD2020-22-00147
8145015608298WF SHIPPING AND STORAGE 1 IMAGE
FD2020-22-00062
5820009045652AH MODULE ASSEMBLY 295 IMAGES
FD2020-22-00169
1005010557373WF CONTROL UNIT, ELECTRICAL 8 IMAGES
FD2020-22-00042
2835014385698RP ENGINE,GAS TURBINE 3 IMAGES
FD2020-22-00162
6105013169955QX MOTOR, ALTERNATING 28 IMAGES
VOYAGE CHARTER
Sources Sought N32205-SS-N103-26-009 is hereby amended. Please see the attached amendment 0001. Please see the attached Sources Sought Notice N32205-SS-N103-26-009.
VOYAGE CHARTER
Please see the attached Sources Sought Notice N32205-SS-N103-26-009.
FD2020-22-00073
6150-00-406-2752AH CABLE ASSEMBLY,SPEC
Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
07 Nov 2025 Revised to answer industry questions. Commercial Solution Opening Customer Care Prototyping HT0038-25-S-C002 gabriela.y.hurte.civ@health.mil November 4, 2025 1. Agency Name Defense Health Agency (DHA) 2. Issuing Acquisition Office Defense Health Agency, Defense Healthcare Management Systems - Contracting Division (DHMS-CD) in support of the Program Executive Office (PEO) – Defense Healthcare Management Systems (DHMS) 3. Funding Opportunity Title Customer Care Prototyping 2025-2026 4. Reserved 5. Announcement Type Notice of Availability (NoA), Commercial Solutions Opening (CSO) IAW 10 U.S.C. § 4022. PEO DHMS is interested in awarding other transaction agreements under the authority of 10 U.S.C. § 4022 to carry out prototype projects that are, among other things, directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense, in particular for Customer Care activities outlined in this NoA. A prototype project includes, but is not limited to, a project that addresses: (A) a proof of concept, model, or process, including a business process; (B) reverse engineering to address obsolescence; (C) a pilot or novel application of commercial technologies for defense purposes; (D) agile development activity; (E) the creation, design, development, or demonstration of operational utility; or (F) any combination of subparagraphs (A) through (E).M An Agreement awarded under the authority of 10 U.S.C. § 4022 and is not subject to the Competition in Contracting Act, the Federal Acquisition Regulation, or the Defense Federal Acquisition Regulation Supplement. Any successful prototype project (or portion thereof) awarded under this CSO may be selected for a follow-on production agreement or contract pursuant to 10 U.S.C. § 4022(f). The Government reserves the right to revise this NOA to include other types of CSOs, such as DFARS 212.7004 in the future. Applicable instructions to the relevant authority will be added, if required. See attachments for additional information relating to this CSO HT0038-25-S-C002. HT0038-25-S-C002 - Notice of Availability - Customer Care_04NOV25
Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
Commercial Solution Opening Customer Care Prototyping HT0038-25-S-C002 gabriela.y.hurte.civ@health.mil November 4, 2025 1. Agency Name Defense Health Agency (DHA) 2. Issuing Acquisition Office Defense Health Agency, Defense Healthcare Management Systems - Contracting Division (DHMS-CD) in support of the Program Executive Office (PEO) – Defense Healthcare Management Systems (DHMS) 3. Funding Opportunity Title Customer Care Prototyping 2025-2026 4. Reserved 5. Announcement Type Notice of Availability (NoA), Commercial Solutions Opening (CSO) IAW 10 U.S.C. § 4022. PEO DHMS is interested in awarding other transaction agreements under the authority of 10 U.S.C. § 4022 to carry out prototype projects that are, among other things, directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense, in particular for Customer Care activities outlined in this NoA. A prototype project includes, but is not limited to, a project that addresses: (A) a proof of concept, model, or process, including a business process; (B) reverse engineering to address obsolescence; (C) a pilot or novel application of commercial technologies for defense purposes; (D) agile development activity; (E) the creation, design, development, or demonstration of operational utility; or (F) any combination of subparagraphs (A) through (E).M An Agreement awarded under the authority of 10 U.S.C. § 4022 and is not subject to the Competition in Contracting Act, the Federal Acquisition Regulation, or the Defense Federal Acquisition Regulation Supplement. Any successful prototype project (or portion thereof) awarded under this CSO may be selected for a follow-on production agreement or contract pursuant to 10 U.S.C. § 4022(f). The Government reserves the right to revise this NOA to include other types of CSOs, such as DFARS 212.7004 in the future. Applicable instructions to the relevant authority will be added, if required. See attachments for additional information relating to this CSO HT0038-25-S-C002. HT0038-25-S-C002 - Notice of Availability - Customer Care_04NOV25
Wire Support Springs
This notice is being published as required by FAR 5.201(b)(1). Naval Air Warfare Center Aircraft Division Lakehurst, NJ intends to award a Firm-Fixed price contract to manufacture, test and inspect twenty (20) wire support springs, including 10 Wire Support (Material Composite 5160 Alloy) and 10 Wire Support (Material Composite 6150 Alloy) in accordance with Naval Air Warfare Center (NAWC) drawing XP402111-3, and XP402111-3-4 respectively, in support of the L2 Recovery CVN program. The Contractor shall manufacture the wire support springs in accordance with Government drawings. The required wire support springs are Critical Application Items (CAIs) and therefore it is the Navy's intent to pursue a sole source award to the following vendor whom is currently qualified to provide these CAIs: Parts Life, Inc., 30 Twosome Drive Suite 1 Moorestown, NJ 08057 The NAICS code associated with this requirement is 332613, Spring Manufacturing. The Government intends to procure the above items under the authority of 10 USC 2304 (c) (1), FAR 6.302-1. The sole responsible source listed above is the only company that can meet the agency's immediate need for the wire support springs. No solicitation package is available for this procurement. This Notice of Intent is not a request for proposals. However, all responsible sources are encouraged to submit a response to this synopsis in writing that contains information that may be used by the Government in determining whether or not to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, all responsible sources may identify by providing a response to this notice, their interest and capability to satisfy the Government’s requirement with a commercial item within 15 days of this notice. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. A determination by the Government not to open the requirement to competition based upon the response to this notice is solely within the discretion of the Government. Information provided herein is subject to change and in no way binds the Government to solicit for an award of a contract. No telephone responses will be accepted. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR PROPOSAL. Responses to this notice can be sent via email directly to the Contract Specialist, Ms. Kelly Gray at Kelly.e.gray13.civ@us.navy.mil, no later than 4 November 2025, 5:00PM EST.
FD2030-26-00171
NSN: 2840-01-619-8983NZ NOUN: VANE SEGMENT, COMPRE TOP DRAWING: 4089078-02 EDL REVISION & DATE: 3 / 15 FEB 2022 MDC CODE: W9N IM NAME: BRAND, JAMES W.
USCGC REEF SHARK DD FY26
USCGC REEF SHARK DRYDOCK FRY26 *ALASKAN CUTTER, PLEASE READ SOURCES SOUGHT ATTACHMENT CAREFULLY*
5 year IDIQ All level 1 and SUBSAFE Material.
Synopsis for solicitation N6449826R0508. This requirement is for a 5 year Contract for supplies for cable cutter and reel machine components. The Naval Surface Warfare Center Philadelphia Division (NSWCPD), intends to solicit offers for a firm fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) Contract for the supply of specific components used in cable cutters and reel machines. A Request for Information (RFI) was issued for this requirement under solicitation N6449825R0503. This solicitation being issued for this requirement is N6449826R0508. All materials must meet or exceed requirements as specified in the applicable documents in the solicitation. All materials identified as All materials identified as "Material to be installed in a SUBSAFE Boundary" must conform to SUBSAFE requirements as identified in NAVSEA S9510-AB-PRC-010/SUB and the 100% material traceability requirements as identified in paragraph 3.7.4 of the same document. All materials identified as "LEVEL I Material" must conform to Level I requirements as identified in NAVSEA S9510-AB-PRC-010/SUB. The contract will have a five-year period of performance, commencing on or about 30 May 2026. The components to be supplied under this contract are as follows: ITEM NO. 1: Drum Shaft SK/DWG Number: 8713889 Rev A Applicable Document Reference: 2.1 Part Number: 8713889-001 Estimated Annual Quantity: [Calculate from Total Quantity of 12 over 5 years, or provide an estimate] Unit of Measure: Each Special Requirements: LEVEL I Material/Material to be installed in a SUBSAFE Boundary ITEM NO. 2: Retention Nut SK/DWG Number: 8713950 Rev - Applicable Document Reference: 2.2 Part Number: 8713950-001 Estimated Annual Quantity: [Calculate from Total Quantity of 12 over 5 years, or provide an estimate] Unit of Measure: Each Special Requirements: Material to be installed in SUBSAFE Boundary ITEM NO. 3: Push Rod SK/DWG Number: 8714013 Rev B Applicable Document Reference: 2.3 Part Number: 8714013-001 Estimated Annual Quantity: [Calculate from Total Quantity of 10 over 5 years, or provide an estimate] Unit of Measure: Each Special Requirements: LEVEL I Material/Material to be installed in a SUBSAFE Boundary ITEM NO. 4: Blade Base SK/DWG Number: 8628147 Rev - Applicable Document Reference: 2.4 Part Number: 8628147-001 Estimated Annual Quantity: [Calculate from Total Quantity of 10 over 5 years, or provide an estimate] Unit of Measure: Each Special Requirements: Material to be installed in a SUBSAFE Boundary ITEM NO. 5: Blade Pin SK/DWG Number: 8628334 Rev A Applicable Document Reference: 2.5 Part Number: 8628334-001 Estimated Annual Quantity: [Calculate from Total Quantity of 10 over 5 years, or provide an estimate] Unit of Measure: Each Special Requirements: Material to be installed in a SUBSAFE Boundary ITEM NO. 6: Socket Head Cap Screw (Item 30) SK/DWG Number: 8714000 Rev - Applicable Document Reference: 2.6 Part Number: M1222SN6C336SCNN Estimated Annual Quantity: [Calculate from Total Quantity of 10 over 5 years, or provide an estimate] Unit of Measure: Each Special Requirements: Material to be installed in a SUBSAFE Boundary ITEM NO. 7: Nut Self Locking (Item 43) SK/DWG Number: 8714000 Rev - Applicable Document Reference: 2.6 Part Number: MS17830-6C316 Estimated Annual Quantity: [Calculate from Total Quantity of 10 over 5 years, or provide an estimate] Unit of Measure: Each Special Requirements: Material to be installed in a SUBSAFE Boundary ITEM NO. 8: Plain Washer (Item 39) SK/DWG Number: 8714000 Rev - Applicable Document Reference: 2.6 Part Number: J2655FBR0375S2 Estimated Annual Quantity: [Calculate from Total Quantity of 20 over 5 years, or provide an estimate] Unit of Measure: Each Special Requirements: Material to be installed in a SUBSAFE Boundary For details on the CLIN specifications, structure and quantities per year, see CLIN structure attachment. Detailed specifications, drawings, and other relevant technical information, including SUBSAFE requirements as identified in NAVSEA S9510-AB-PRC-010/SUB, will be included in the full solicitation.
Freshwater Bayou Waterway, Freshwater Bayou Lock, New Shops Building, Vermilion Parish, Louisiana
PROJECT TITLE: FRESHWATER BAYOU WATERWAY, FRESHWATER BAYOU LOCK, NEW SHOPS BUILDING, VERMILION PARISH, LOUISIANA PROJECT LOCATION: VERMILION PARISH, LA THIS IS A COMPETITIVE 8(A) PROCUREMENT. THE NAICS CODE FOR THIS PROCUREMENT IS 236220. THE MAGNITUDE OF CONSTRUCTION IS BETWEEN $5,000,000 AND $10,000,000. THE WORK CONSISTS OF PROCUREMENT, DELIVERY, AND INSTALLATION OF PRECAST CONCRETE PILES, PRECAST CONCRETE FLOOR AND RAMP FRAMING, PRE-ENGINEERED METAL BUILDING, METAL STAIRS WITH CONCRETE FOOTINGS, MISCELLANEOUS METAL WORK; AND OTHER RELATED INCIDENTAL WORK. THE FRESHWATER BAYOU LOCK RESERVATION CAN BE ACCESSED BY LAND BY VIA THE FRESHWATER CITY ROAD (LA-3147) OR VIA WATER BY THE FRESHWATER BAYOU CANAL. THERE IS A 5-TON LIMIT ON THE HUMBLE CANAL BRIDGE ALONG LA-3147. ***BID OPENING TO BE ESTABLISHED BY AMENDMENT***
FD2030-26-00218
NSN: 1660-01-473-3548BO NOUN: OXYGEN MONITOR, ACFT TOP DRAWING: 16VK058-2 EDL REVISION & DATE: 4 / 06 FEB 2025 MDC CODE: EEB IM NAME: RAWLS, ERIC T.
Gantry Crane
The Naval Air Systems Command, Lakehurst, NJ intends to issue a contract on a limited competition basis between B.E Wallace and their authorized distributors for the acquisition of two (2) P/N: M582A2T21-A20 Gantry Cranes. Their purpose is needed in support of the overhead lifting during Remove and Replace (R&R) of the Electro Optical/ Infrared (EO/IR) Turret Deployment Unit in conjunction with P/N: HLU-500/E Hoist. B.E Wallace owns the proprietary rights to the drawing and design of this equipment. As the Original Equipment Manufacturer (OEM), B.E Wallace is the only source with the requisite knowledge, experience, technical expertise and technical data to provide the required PSE. The Government does not own rights to the drawings and technical data package necessary to support a competitive acquisition. There are no other manufacturers identified that were able to meet the Government's requirements. This notice of intent is not a request for competitive proposal; however, the Government will consider all responses received within 15 days after the date of publication of this synopsis. Information received as a result of this notice of intent will normally be considered solely for the purpose of determining whether to conduct a full and open competitive requirement. A determination by the Government not to open the requirement to full and open competition based upon responses to this notice in solely within the discretion of the Government. THIS IS NOT A REQUEST FOR PROPOSAL. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. No contract will be awarded on the basis of offers received in response to this notice. All inquiries and concerns must be addressed to the Contract Specialist, Ms. Alexis Kelly at alexis.r.kelly.civ@us.navy.mil. Responses to this notice must be submitted by 07 November 2025. A determination not to compete this requirement is within the discretion of the Government. Any response to this notice must be advantageous to the Government in a future competition.
ASTM Compass Subscription Renewal
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT) intends to award a purchase order on a sole source basis to American Society for Testing and Materials, doing business as ASTM International, CAGE Code: 81346. Full access to the entire collection of ASTM technical standards is available exclusively through ASTM Compass, a copyrighted product solely owned, licensed, and provided by ASTM International. This subscription to ASTM Compass is a renewal of a previously held annual license, which is essential and frequently utilized by Warfare Center Research Commons users from NUWC Newport and NSWC Carderock. Failure to maintain this subscription would result in a loss of critical services relied upon annually and a weakening of mission attainment. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Request for Quote (RFQ) Number is N66604-26-Q-0001. This requirement is being solicited on an unrestricted Sole Source basis, as concurred with by the NUWCDIVNPT Office of Small Business Program (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 519290; the Small Business Size Standard is 1,000 employees. The Naval Undersea Warfare Center Division Newport (NUWCDIVNPT) intends to award a Firm Fixed Price Type purchase order for the below items: CLIN 0001: Annual ASTM Compass subscription renewal for locations NUWC Division Newport and Naval Surface Warfare Center (NSWC) Division Carderock, and addition of new location NSWC Division Corona The Period of Performance shall be from 01 January 2026 to 31 December 2026. The Government requests all quotes provided have a minimum validity period of 60 days. Incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The following FAR clauses and provisions apply to this solicitation: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Service or Equipment 52.209-11, Representation by corporations Regarding Delinquent Tax 52.212-1, Instructions to Offerors Commercial Items 52.212-3, Offeror Representations and Certifications Commercial Items 52.212-4, Contract Terms and Conditions Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items – (DEVIATION 2025-O0003)(DEVIATION 2025-O0004) The following DFARS clauses apply to this solicitation: 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (DEVIATION 2024-O0013, Revision 1) 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements, 252.204-7020 NIST SP 800-171 DoD Assessment Requirements, 252.211-7003 Item Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.246-7008 Sources of Electronic Parts Full text of incorporated FAR/DFARS clauses and provisions are available at www.acquisition.gov/far The following additional terms and conditions apply: The method of payment is via Electronic Payment through Wide Area Workflow (WAWF). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov The quote shall include price, delivery terms, and the following additional information with submission: point of contact (including phone number and email address), contractor cage code, and contractor Unique Entity ID. A quote received after the closing date and time specified may be ineligible for award. The quote may be submitted via email to the email address below and must be received on or before Friday, 07 November 2025 at 1400 eastern time. Offer received after the closing date are considered to be late and may not be considered for award. For information on this acquisition, contact Franklin Patton at franklin.k.patton2.civ@us.navy.mil.
FD2020-22-00172-00
1630-00-547-0116 BRAKE BACKING PLATE
FD2020-22-00139
6150004427866AH CABLE ASSY 653 IMAGES
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