Federal Contract Opportunities
Showing 1,151-1,200 of 2,700 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
FD2020-22-00202
5999-01-644-5499WF COOLER,AIR,ELECTRON
DoDEA Daily Commute Student Transportation Services to the Hohenfels Military Community, Germany
1. Purpose Pursuant to Federal Acquisition Regulation (FAR) Part 10, the Department of Defense Education Activity (DoDEA) Procurement Office is currently conducting market research to identify companies capable of and qualified to provide Daily Commute (DC) student bus transportation services in support of the Hohenfels Military Community in Germany. This Request for Information (RFI) is issued solely for conducting market research and does not constitute a Request for Proposals (RFP), Invitation for Bids (IFB), Request for Quotations (RFQ), and does not obligate the Government to any current or future commitments. 2. Scope of Work (Draft) DoDEA is seeking full student transportation services to the Hohenfels Military Community in Germany. Prospective contractor shall all personnel including drivers, safety attendant, supervision, services, supplies, and/or equipment necessary to perform student transportation services. Contracted services shall comply with DoDEA and Host Nation requirements for student transportation. Please see the attached draft copy of the PWS attached to this RFI for more information. Please note that the draft PWS is subject to change up until the solicitation is issued. The period of performance for these services are anticipated to start on 01 August 2026. For purposes of this acquisition, the North American Industrial Classification System (NAICS) code is 485410, School and Employee Bus Transportation, Size Standard, $30.0M. The Product Service Code (PSC) is V222, Transportation/Travel/Relocation/Travel/Lodging/Recruitment: Passenger Motor Charter. 4. Requested Information If your company is interested, capable, and qualified to provide these services, please submit the following: a. Statement of Interest Please indicate your interest in participating in this potential requirement. b. Capability Statement (Maximum of 3 pages) Please a brief description of your company’s qualifications, relevant experience, and technical capabilities to meet the draft scope of work. Include: Company name, address, and point of contact CAGE/NCAGE code and Unique Entity ID (UEI) Business size and socio-economic status (e.g. small business, 8(a), HUBZone), if applicable Relevant past performance examples c. Rough Order of Magnitude (ROM) Please submit a non-binding ROM cost estimate based on the draft scope. This estimate is for planning purposes only and will not be considered a formal quote. Please see the attached Request for Information - Sources Sought Notice document for more details. 4. Submission Instructions Submissions and inquiries pertaining to this RFI must be sent electronically to Esther.Yi@dodea.edu no later than 11:00AM Eastern Standard Time (EST) on 17 November 2025. Vendor’s email message shall state “HE125426REHOHENFELS” in the subject line. Telephone calls regarding this RFI will not be accepted. 5. Disclaimer This RFI is issued solely for information and planning purposes. It does not constitute a solicitation and shall not be construed as a commitment by the Government. The Government will not reimburse respondents for any costs incurred in responding to this notice. Please note that vendors are required to be registered in the System for Award Management (SAM) database at the time an offer/quotation/proposal is due to comply with the annual representations and certifications requirements. Therefore, only businesses with an active SAM registration will be eligible to receive any resultant contract(s) with the Department of Defense Education Activity.
EXTENSION ASSEMBLY
CONTACT INFORMATION|4|N743.49|WVG|7176052147|benjamin.t.spangler.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT (NAVICP REVIEW FEB 1991)(FEB 1999)|1|See specification sections C and E.| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| INSPECTION AND ACCEPTANCE - SHORT VERSION|8||||||||| GENERAL INFORMATION-FOB-DESTINATION|1|B| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|Stand-Alone Receiving Report - Certifications Combo - Receiving Report & Invoice - Material |N/A|TBD|N00104|TBD|N39040 - Certifications, S4306A - Material |N50286|TBD|133.2|N/A|N/A|N39040 - Certifications |N/A |N/A|SEE DD FORM 1423 |PORT_PTNH_WAWF_NOTIFICATION@NAVY.MIL BENJAMIN.T.SPANGLER.CIV@US.NAVY.MIL| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003)|6|One year from date of delivery.|One year from date of delivery.||||| WARRANTY OF DATA--BASIC (MAR 2014)|2||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM-BASIC (FEB 2024)|11|||||||||||| NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (OCT 2020)(DEVIATION 2020-O0008)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 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 (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|335931|600|||||||||||| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This amendment is issued to update the closing date. \ This amendment is issued to extend the closing date. \ 1.DD1423 Data Item A001 (Inspection and Test Plan) may be waived if already on file at NAVSUP WSS Mechanicsburg. 2. Portsmouth NSY's DODAAC has changed from N00102 to N50286. Any reference toN00102 within this order should be updated to N50286. 3. The following proposed delivery schedule applies: Submission of Certification Data CDRLs will be on or before 20 days prior to scheduled delivery. PNSY review/acceptance of Certification CDRLs 6 working days after receipt of Certification DD 1423 CDRLs. Final delivery of material will be on or before 365 days after effective date of the resulting contract. 4. Any contract awarded as a result of this solicitation will be "DO" rated order; "DO" rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS). 5. NAVSUP WSS Mechanicsburg will be considering past performance in the evaluation of offers in accordance with FAR 13.106(a)(2) and DFARS 252.213-7000. 6. If drawings are included in the solicitation, access needs to be requested on the individual solicitation page on Contracts Opportunities on the Government's beta.SAM website. After requesting access, send an email to the Primary POC listed on the solicitation. 7. This order is issued pursuant to Emergency Acquisition Flexibilities (EAF). \ 1. SCOPE 1.1 The material covered in this contract/purchase order will be used in a crucial shipboard system. The use of incorrect or defective material would create a high probability of failure resulting in serious personnel injury, loss of life, loss of vital shipboard systems, or loss of the ship itself. Therefore, the material has been designated as SPECIAL EMPHASIS material (Level I, Scope of Certification, or Quality Assured) and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS 2.1 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order must take precedence. Nothing in this contract/purchase order, however, must supersede applicable laws and regulations unless a specific exemption has been obtained. 2.2 Applicable Documents - The document(s) listed below form a part of this contract/purchase order including modifications or exclusions. 2.2.1 Specification Revisions - The specification revisions listed under "Documents References" below are the preferred revision. Older and/or newer r evisions are acceptable when listed within Contract Support Library Reference Number CSD155 in ECDS (Electric Contractor Data Submission) at: ht tps://register.nslc.navy.mil/. This is to allow Contractors to use certain acceptable older specification revisions to purge their existing stock of material certified to those older revisions or to use newer specification revisions when material is certified to newly released revisions,without requiring the submittal of waiver/deviation requests for each specification revision on every contract. Revisions of specifications reflecting editorial and/or re-approval (e.g. E2009, R2014, etc.) are considered inconsequential, but are acceptable when their revisions are listedwithin CSD155 or elsewhere within this contract. 2.2.2 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.2.3 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. DRAWING DATA=5791483 |53711| A| |D|0001 | A|49998|0240376 DRAWING DATA=5791483 |53711| A| |D|0002 | A|49998|0193151 DRAWING DATA=5791483 |53711| A| |D|0003 | A|49998|0267434 DRAWING DATA=5791483 |53711| A| |D|0003.A | A|49998|0222038 DRAWING DATA=5791483 |53711| A| |D|0003.B | A|49998|0160552 DRAWING DATA=5791483 |53711| A| |D|0004 | A|49998|0265358 DRAWING DATA=5791483 |53711| A| |D|0005 | A|49998|0087851 DRAWING DATA=5791483 |53711| A| |D|0006 | A|49998|0169465 DRAWING DATA=5791483 |53711| A| |D|0007 | A|49998|0128670 DRAWING DATA=5791483 |53711| A| |D|0008 | A|49998|0106222 DRAWING DATA=5791483 |53711| A| |D|0009 | A|49998|0139248 DRAWING DATA=5791483 |53711| A| |D|0010 | A|49998|0177475 DRAWING DATA=5791483 |53711| A| |D|0011 | A|49998|0103214 DRAWING DATA=5791483 |53711| A| |D|0012 | A|49998|0108634 DRAWING DATA=5791483 |53711| A| |D|0013 | A|49998|0129402 DRAWING DATA=5791483 |53711| A| |D|0014 | A|49998|0119474 DRAWING DATA=5791483 |53711| A| |D|0015 | A|49998|0085412 DRAWING DATA=5791483 |53711| A| |D|0016 | A|49998|0078792 DRAWING DATA=5791483 |53711| A| |D|0017 | A|49998|0150619 DRAWING DATA=5791483 |53711| A| |D|0018 | A|49998|0125346 DRAWING DATA=5791483 |53711| A| |D|0018.A | A|49998|0084618 DRAWING DATA=5791483 |53711| A| |D|0019 | A|49998|0140602 DRAWING DATA=5791483 |53711| A| |D|0020 | A|49998|0110058 DRAWING DATA=5791483 |53711| A| |D|0021 | A|49998|0101262 DRAWING DATA=5791483 |53711| A| |D|0022 | A|49998|0165721 DRAWING DATA=5791483 |53711| A| |D|0023 | A|49998|0141339 DRAWING DATA=5791483 |53711| A| |D|0024 | A|49998|0120416 DRAWING DATA=5791483 |53711| A| |D|0025 | A|49998|0100031 DRAWING DATA=5791483 |53711| A| |D|0026 | A|49998|0096050 DRAWING DATA=5791483 |53711| A| |D|0027 | A|49998|0105025 DRAWING DATA=5791483 |53711| A| |D|0028 | A|49998|0086377 DRAWING DATA=5791483 |53711| A| |D|0029 | A|49998|0102639 DRAWING DATA=5791483 |53711| A| |D|0030 | A|49998|0135765 DRAWING DATA=5791483 |53711| A| |D|0031 | A|49998|0066180 DRAWING DATA=5791483 |53711| A| |D|0032 | A|49998|0126085 DRAWING DATA=5791483 |53711| A| |D|0033 | A|49998|0107050 DRAWING DATA=5791483 |53711| A| |D|0034 | A|49998|0077100 DRAWING DATA=5791483 |53711| A| |D|0035 | A|49998|0130112 DRAWING DATA=5791484 |53711| A| |D|0001 | A|49998|0733493 DOCUMENT REF DATA=FED-STD-H28 | | |B |190424|A| | | DOCUMENT REF DATA=FED-STD-H28 |0020| |B |941221|A| |01| DOCUMENT REF DATA=ANSI/ASQ Z1.4 | | | |080101|A| | | DOCUMENT REF DATA=QQ-N-286 | | |G |001207|A| | | DOCUMENT REF DATA=MIL-STD-792 | | |F |060519|A| | | DOCUMENT REF DATA=MIL-STD-2035 | | |A |950515|A| | | DOCUMENT REF DATA=MIL-STD-2132 | | |D |080310|F| |01| DOCUMENT REF DATA=ISO_9001 | | | |081115|A| | | DOCUMENT REF DATA=ISO10012 | | | |030415|A| | | DOCUMENT REF DATA=ISO/IEC 17025 | | | |050515|A| | | DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A|1 | | DOCUMENT REF DATA=MIL-STD-45662 | | |A |880801|A| | | DOCUMENT REF DATA=SAE AMS-QQ-S-763 | | |D |150301|A| | | DOCUMENT REF DATA=ANSI/NCSL Z540.3 | | | |130326|A| | | DOCUMENT REF DATA=0900-LP-001-7000 | | | |810101|C| |01| DOCUMENT REF DATA=S9074-AQ-GIB-010/248 | | |1 |191112|A| | | DOCUMENT REF DATA=T9074-AS-GIB-010/271 | | |1 |140911|A| | | DOCUMENT REF DATA=S9074-AR-GIB-010A/278 (CHG A) | | | |130214|A| | | 3. REQUIREMENTS 3.1 ;The Connector Assembly must be in accordance with NAVSEA drawings 5791483 and 5791484 item 507 (less items 403, 501, 28, 29, 18, 49, and 50), except as amplified or modified herein.; 3.2 ;Molded insert assembly (polyurethane), item 502 of NAVSAEA drawing 5791483 must be replaced by D.G OBRIEN molded insert assembly (neoprene),D.G O'BRIEN P/N 1122932-102.; 3.3 ;Inboard molded plug assemblies are not supplied as part of the connector assembly.; 3.4 ;CPVC meeting ASTM D1784, class 23447 is an acceptable replacement for LEXAN 500 for the Polycarbonate Cap.; 3.5 ;CHEMLOK 6224 is a suitable replacement for CHEMLOK 220.; 3.6 Material for Parts Requiring Certification - Quantitative chemical and mechanical analysis is required for the parts listed below unless specifically stated otherwise: Part - ;Outboard Adapter, item 6 and Retaining Nut, item 9 of drawing 5791483; Material - ;QQ-N-286, form 2, annealed and age hardened; Part - ;Bleed Off Valve, item 55 of drawing 5791483; Material - ;QQ-S-763, Class 316, Condition A, Hot or Cold Finished; 3.7 Testing Certification - Certifications are required for the following tests on the items listed below. Additional testing on other piece parts (if any) per applicable drawings and specifications is still required, but certifications are only required as listed below. Test - Intergranular Corrosion Test (Only for SAE-AMS-QQ-S-763, Classes 304-condition A, 304L, 316-condition A, 316L, 317-condition A, 321 and 347 material. Test must be performed prior to fabrication/machining) Item - ;Each Bleed Off Valve, item 55 of drawing 5791483; Performance - SAE-AMS-QQ-S-763 Acceptance - SAE-AMS-QQ-S-763 Attribute - Annealing and Age Hardening Item - ;Each Outboard Adapter, item 6 and Retaining Nut, item 9 of drawing 5791483; Performance - QQ-N-286 Test - Ultrasonic Inspection on Starting Material Item - ;All Items requiring certification made from QQ-N-286 with a diameter or minimum distance between parallel surfaces of 4 inches or greater of the starting material, or when required by a drawing or specification invoked elsewhere in this contract; Performance - T9074-AS-GIB-010/271 or MIL-STD-2132, and QQ-N-286 Acceptance - QQ-N-286 Test - ;Dye Penetrant Inspection; Item - ;Each Outboard Adapter, item 6; Retaining Nut, item 9; and Bleed Off Valve, item 55 of drawing 5791483; Performance - T9074-AS-GIB-010/271 Acceptance - MIL-STD-2035 Test - ;Hydrostatic test; Item - ;Molded insert assembly, D.G O'Brien P/N 1122932-102; Performance - ;NAVSEA drawing 5791483 note 36B except test pressure must be 2000 PSIG; Acceptance - ;No leakage or permanent deformation; Test - Non-Destructive Tests Item - ;Weld Repair and/or Production Weld (as applicable); Performance - Per applicable fabrication specification Acceptance - Per applicable fabrication specification 3.8 The pressure tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For pressure tests below 100 PSIG, the pressure tolerance must be +1 PSIG / -0 PSIG. For pressure tests at or above 100 PSIG up to and including 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 50 PSIG. For pressure tests above 2500 PSIG, the pressure tolerance must be +2% / -0 PSIG, rounded off to the nearest multiple of the smallest graduation on an analog test pressure gauge, not to exceed 200 PSIG. The pressure test time tolerance must be as specified in the assembly drawing, detail drawing, design specification or elsewhere in this contract. Where pressure test time tolerances are not provided by drawings, specifications or specified elsewhere in this contract, the following must be used: For a test duration up to and including 1 hour, the tolerance must be +5 minutes / - 0 minutes. For a test duration of more than 1 hour up to and including 24 hours, the tolerance must be +30 minutes / - 0 minutes. For a test duration of more than 24 hours, the tolerance must be +60 minutes / - 0 minutes. 3.9 Thread Inspection Requirements - All threads on threaded parts must be inspected using appropriate inspection methods, inspection systems, and inspection gages/instruments in accordance with FED-STD-H28 series. Substitution of thecommercial equivalent inspection in accordance with ASME B1 series is acceptable. 3.9.1 System 21 of FED-STD-H28/20 must be used as a minimum inspection requirement for threads when the design drawing or design specification does not specify an inspection requirement. 3.9.2 For Navy and Shipyard drawings, system 21 of FED-STD-H28/20 may be substituted for System 22 without further Navy approval when the design drawing invokes System 22 and does not cite governing specifications that specifically require system 22. System 22 of FED-STD-H28/20 must be used when the drawing references other governing specifications that specifically require System 22, such as certain thread types of MIL-DTL-1222. 3.9.3 A written request for concurrence must be submitted when utilizing alternative measuring equipment or measuring systems not applicable to the specified inspection system. 3.10 Slow Strain Rate Tensile Test Laboratories - The Slow Strain Rate Tensile Test of QQ-N-286 must be performed by one of the following laboratories: Huntington Alloys, a Special Metals Company Attn: Bill Bolenr 3200 Riverside Drive Huntington, WV 257059 Phone: (304) 526-5889 FAX: (304) 526-5973 Metallurgical Consultants, Inc. Attn: W. M. Buehler 4820 Caroline PO Box 88046 Houston, TX 77288-0046 Phone: (713) 526-6351 FAX: (713) 526-2964 Naval Surface Warfare Center, Carderock Division Attn: Eric Focht Code 614 9500 Macarthur Blvd West Bethesda, MD 20817-5700 Phone: (301) 227-5032 FAX: (301) 227-5576 Teledyne Allvac Attn: Dr. W. D. Cao 2020 Ashcraft Ave. Monroe, NC 28110 Phone: (704) 289-4511 FAX: (704) 289-4269 Westmoreland Mechanical Testing and Research Inc. Attn: Andrew Wisniewski P.O. Box 388 Youngstown, PA 15696-0388 Mannesmann Rohrenwerke Mannesmann Forschungsinstitut (MFI) Attn: Dr. Weiss Postfach 251160 47251 Duisburg Germany Phone: 011-49-0203-9993194 FAX: 011-49-0203-9994415 ThyssenKrupp VDM USA, Inc. Attn: D. C. Agarwal 11210 Steeplecrest Drive, Suite 120 Houston, TX 77065-4939 Phone: (281) 955-6683 3.11 Internal Threads - All internal threads must be formed by cutting. Cold forming of internal threads is not acceptable. 3.12 O-ring grooves and mating sealing surfaces must be inspected per the contractually invoked drawings or specifications. When the drawings or specifications do not provide specific defect criteria or state that no defects are allowed, the General Acceptance Criteria (GAC) standard must be used for inspecting O-ring grooves and mating sealing surfaces only. Repairs to sealing surfaces and O-ring grooves with unacceptable defects may be accomplished within the limits of the size and tolerances provided in the applicable drawing. Repairs thatwould exceed these limits require approval (including final dimensions). The data that is red lined (crossed out) is excluded from the GAC for this contract and is not to be used for acceptance or rejection criteria. The GAC document is identified as Contract Support Library Reference Number CSD008 at https://register.nslc.navy.mil/ 3.13 Welding or Brazing - When welding, brazing, and allied processes are required, as invoked by Section C paragraph 3 requirements, they must be in accordance with S9074-AR-GIB-010A/278, 0900-LP-001-7000 for brazing of piping and pressure vessel applications, or S9074-AQ-GIB-010/248 for brazing of other applications. For all production and repair welding and brazing, personnel and procedures must be qualified under S9074-AQ-GIB-010/248 or 0900-LP-001-7000, as applicable. Repair welding is not permitted on ;QQ-N-286 material; . Procedures and Qualification Data must be submitted for review and approval prior to performing any welding or brazing. 3.14 Certificate of Compliance - (SPECIAL EMPHASIS MATERIAL) The Contractor must prepare and submit a certificate of compliance certifying that the items/components furnished under this contract comply with the requirements of the procurement document, including any/all invoked specifications and drawings. 3.15 Configuration Control - The Contractor must maintain the total equipment baseline configuration. For items of proprietary design, Contractor drawings showing the latest assembly configuration must be provided to the Government in electronic (C4) format. Definitions are provided elsewhere in the Contract/Purchase Order. 3.15.1 Waivers/Deviations - All waivers and deviations, regardless of significance or classification require review and approval by the Contracting Officer. Waivers and Deviations must be designated as Critical, Major, or Minor. The Contractor must provide a copy of this request to the QAR. Requests must include the information listed below. a. A complete description of the contract requirement affected and the nature of the waiver/deviation (non-conformance), including a classification of Critical, Major, or Minor. b. Number of units (and serial/lot numbers) to be delivered in this configuration. c. Any impacts to logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel or impacts to the operational use of the product. d. Information about remedial action being taken to prevent reoccurrence of the non-conformance. 3.15.2 All requests for Waivers/Deviations on NAVSUP-WSS Contracts must be submitted to the NAVSUP WSS Contracting Specialist via eMail. 3.15.3 ECPs - The Government will maintain configuration control and change authority for all modifications or changes affecting form, fit, function, or interface parameters of the Equipment and its sub-assemblies. The Contractor must submit an Engineering Change Proposal (ECP) for any Class I or II changes that impact the Equipment covered by this contract. ECPs must be prepared in Contractor format, and must include the following information: a. The change priority, change classification (Class I or Class II), and change justification. b. A complete description of the change to be made and the need for that change. c. A complete listing of other Configuration Items impacted by the proposed change and a description of the impact on those CIs. d. Proposed changes to documents controlled by the Government. e. Proposed serial/lot number effectivities of units to be produced in, or retrofitted to, the proposed configuration. f. Recommendations about the way a retrofit should be accomplished. g. Impacts to any logistics support elements (such as software, manuals, spares, tools, and similar) being utilized by Government personnel in support of the product. h. Impacts to the operational use of the product. i. Complete estimated life-cycle cost impact of the proposed change. j. Milestones relating to the processing and implementation of the engineering change. 3.16 Mercury Free - Mercury and mercury containing compounds must not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Mercury contamination of the material will be cause for rejection. 3.17 NAVSEA 0948-LP-045-7010 - Any applicable requirements of NAVSHIPS 4410.17,NAVSEA 0948-LP-045-7010, or 0948-045-7010 which the contractor must meet are included in this contract/purchase order. The above documents are for GovernmentUse Only. Further application of the above documents is prohibited.prohibited. 3.17.1 Marking of material with a Material Designator per the Drawing is also prohibited, with the exception of Fasteners. Fasteners must be marked with a Material Symbol/Designator as specified elsewhere in this contract. ^ QUALITY ASSURANCE REQUIREMENTS ^ 3.18 See CDRL DI-MISC-80678 (Test Certification) - A statement of tests performed, listing the pieces tested must be furnished along with a copy of the test results. Certification must include the contractor's name, address and date, quantity inspected, identified to the contract/purchase order and item number, and the Contractor's or authorized personnel's signature. Test certifications must reference the standard/specification, including the revision, to which the testing was performed and the acceptance criteria used. Test procedure numbers may also be referenced on test reports. Test reports on weldments must be identified to weld joint and layer. 3.19 Quality System Requirements - The Contractor furnishing items under this contract/purchase order must provide and maintain a quality system in accordance with ISO-9001 as amplified or modified herein, with the calibration system requirements of ISO-10012 or ANSI-Z540.3 with ISO-17025. A Quality System in accordance with MIL-I-45208, with the calibration system requirements of MIL-STD-45662, is acceptable as an alternate. 3.19.1 The Contractor's quality system and products supplied under the system are subject to evaluation, verification inspection, and acceptance/nonacceptance by the Government representative to determine the system's effectiveness in meeting the quality requirements established in the Contract/Purchase Order. 3.19.2 The Contractor's quality system must be documented and must be available for review by the Contracting Officer or his representative prior to initiation of production and throughout the life of the contract. The Prime Contractor must, upon notification, make his facilities available for audit by the contracting Officer or his authorized representative. 3.19.3 See CDRL DI-QCIC-81110 (Inspection System Procedures) - All suppliers of Level I/SUBSAFE (LI/SS) material are required to submit a copy of their current documented quality system procedures to the Procurement Contracting Officer (PCO) prior to award of any contract/purchase order. Suppliers that have a copy of their current quality system procedures on file at the Procuring Activity may request the PCO waive this requirement. 3.19.4 This contract provides for the performance of Government Quality Assurance at source. The place or places of performance may not be changed without the authorization of the Procurement Contracting Officer. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately. 3.19.5 Any changes made by the Contractor to a qualified quality system will require re-submittal to the PCO and concurrence by the Government Quality Assurance Representative prior to adoption. 3.20 Contractor Inspection Requirements - The Contractor must maintain adequate records of all inspections and tests. The records must indicate the nature and number of observations made, the number and type of deficiencies found, the quantities approved and rejected and the nature of corrective action taken as appropriate. Inspection records must be traceable to the material inspected. 3.20.1 The supplier's gages, measuring and test equipment must be made available for use by the Government representative when required to determine conformance with Contract requirements. When conditions warrant, the supplier's personnel must be made available for operations of such devices and for verification of their accuracy and condition. 3.20.2 All documents and reference data applicable to this contract must be available for review by the Government representative. Copies of documents required for Government inspection purposes must be furnished in accordance with the instructions provided by the Government representative. 3.21 Subcontractor Inspection Requirements - The Government has the right to inspect at source, any supplies or services that were not manufactured or performed within the contractor's facility. Such inspection can only be requested by or under authorization of the Government representative. Any purchasing documents to a subcontractor must cite the applicable portions of the contractually invoked quality system (e.g. calibration requirements), plus any product requirements that apply to the supplies being purchased. When the Government elects to perform source inspection at the subcontractor's facility, applicable purchase documents must be annotated with the following statement: "A Government inspection is required prior to shipment from your plant. Upon receipt of this order, promptly notify the Government representative who normally services your plant so that appropriate planning for Government inspection can be accomplished. If you do not have an assigned Government representative, notify the nearest Defense Contract Management Agency (DCMA) Office. In the event that a local Government representative or DCMA Office cannot be located, our purchasing agent should be notified immediately." 3.21.1 The prime contractor's program must include procedures to assess the capability of the prospective suppliers to produce the products or supply the services in accordance with the contract, prior to the issuance of any purchase document. 3.21.2 Each sub-tier supplier of material or services for items in Section 3 of this contract must be subjected to a periodic review or audit by the Prime to determine the continued capability of the supplier to control the quality of the products or services specified in the purchase order or contract. 3.21.3 The prime contractor must ensure that the purchased product conformsto specified purchase requirements and this contract. The type and extent of control applied to the supplier and the purchased product must be dependent upon the effect of the purchased product on the end item represented by this contract. 3.21.4 The prime contractor must evaluate the requirements of the contractand select suppliers based on their ability to supply the product in accordance with the prime contractor's requirements and the contract. Criteria for selection and evaluation must be established. Records of this effort must be available for review by the government. 3.21.5 The prime contractor's supplier quality assurance program must provide for a review of purchase documents to assure applicable quality requirements are included or referenced in the documentation for compliance by the supplier. 3.22 Government Furnished Material and/or Equipment (GFM/GFE) - When material or equipment is furnished by the Government, the Contractor must develop documented control procedures that require at least the following: 3.22.1 Visual examination upon receipt to detect damage during transit. 3.22.2 Inspection for completeness and proper type. 3.22.3 Verification of material quality received. 3.22.4 Periodic inspection and precautions to assure adequate storage conditions and to guard against damage from handling and deterioration during storage. 3.22.5 Functional testing, either prior to or after installation, or both, as required by the Contract to determine satisfactory operation. 3.22.6 Identification and protection from improper use or disposition. 3.22.7 Reporting to the Government, any GFM or GFE property found damaged, malfunctioning, or otherwise unsuitable for use. In the event of damage or malfunction during or after installation, the supplier must determine and record probable cause and necessity for withholding the material from use. 3.22.8 For GFE material, and as required by the terms of the bailment agreement, the supplier must establish procedures for adequate storage, maintenance, and inspection of bailed Government material. Records of all inspection and maintenance performed on bailed property must be maintained. 3.22.9 Material returned to the contractor must be handled as GFM. 3.23 Traceability and Certification Requirements - To assure that correct materials are installed in Level I/SUBSAFE systems, it is imperative that traceability be maintained from the material to the material certification test report and other required Objective Quality Evidence (OQE). The material certification report must completely and accurately reflect that the material supplied meets the specified requirements. Materials requiring Traceability and Certification Data are identified within Paragraph 3, Section C of this contract/purchase order. 3.23.1 The following provides the minimum requirements for maintaining material traceability and supplements the requirements specified in DI-MISC-81020 and elsewhere in the contract/purchase order. The Contractor must develop written procedures that implement the material control requirements stated herein and elsewhere in this Contract/Purchase Order. 3.24 Material Traceability - The certification data report must be identified through a unique traceability number, heat-lot number, or heat-treat number, as applicable, which must also be marked on the material. This traceability marking on the material must provide direct traceability to the material's chemical composition and mechanical properties certification data. For material produced by batch, continuous cast, or continuous pour processes, samples must be taken no less than once in every eight hours of operation for the purpose of validating proper chemical composition and mechanical properties. Traceability must be maintained through all process operations including any subcontracted operations, to the finished component. 3.24.1 Material Marking for Traceability and Identification - The following are the minimum marking requirements. Additional/alternate marking requirements, if applicable, will be specified elsewhere in the contract/purchase order. In addition to the marking requirements on applicable drawings and/or specifications, marking for traceability is required. All traceability markings must be permanently applied in accordance with MIL-STD-792 (except as specified below). An alternate marking method is permissible provided it is an available option in the contractually invoked specification or drawing, except in instances where the material has been modified by this contract/purchase order and differs from that specified in the specification or drawing. 3.24.2 Traceability markings for items with precision machined or plated surfaces, or material with suitable marking surface areas less than 3/8 inches square (either 3/8" x 3/8" or an area equal to 0.1406 inches square) must be applied to a durable tag and the tag securely affixed to the material. 3.24.3 Traceability markings must be maintained through assembly, and whenever possible must be visible after assembly. For items where the marking is not visible after assembly, a durable tag must be securely attached to the assembly identifying the part number, piece number, traceability number, and the location of the permanent mark. 3.24.4 Marking must be legible and must be located so as to not affect the form, fit, and function of the material. ; ; 3.25 See CDRL DI-MISC-81020 (Chemica...
FD2020-22-00048
5120-01-559-8752AH WRENCH,SPANNER
FD2020-22-00238
NSN: 1630-01-087-0430 NOUN: VALVE ASSEMBLY, BRAKE PART #: 16VL014004-3
FD2020-22-00135-00
3120-01-516-5429LE BEARING,SLEEVE
DRY CARGO TUGCON
SEE ATTACHED SOURCES SOUGHT NOTICE N32205-SS-PM4-26-012.
FD2020-22-00119
NSN: 1620006207642 NOUN: DRAG LINK,LANDING G P/N: 5-36035-3
Notice of Intent to Award / Sole Source - Pyxis Automated Dispensing Systems for controlled drugs & medication services - Tsaile Health Center
Notice of Intent to Award / Sole Source The Navajo Area Indian Health Service, Tsaile Health Center intends to award a non-competitive, sole sourced purchase order to CAREFUSION SOLUTIONS LLC, for Pyxis Automated Dispensing Systems for controlled drugs & medication services. The anticipated period of performance is from January 01, 2026 to December 11, 2026 with four one-year option periods. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112- Surgical and Medical Instrument Manufacturing with a small business size standard of 1,000 employees. The Proposed Contractor is the only organization uniquely qualified to provide the required services to ensure that there is no interruption in services that could impact direct patient care. The proposed contractor's equipment is currently on-site, fully installed, and is currently being used by Pharmacy staff to provide direct patient care services. Carefusion holds proprietary data and licensing rights to required system. The Pyxis safe is a highly specialist medical equipment allowing for direct patient care for IHS beneficiaries. Tsaile Health Center system is connected with Chinle Comprehensive Health Care Facility (CCHCF) and Pinon Health Center systems and changing out systems for each site would be detrimental and negatively impact direct patient care for each facility. This notice of intent to award a sole source contract is not a request for competitive proposals. There will be no solicitation available for competitive quotes. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. If no affirmative written response is received by Closing Date/Time, the contract will be issued without further notice. A determination by the Government not to compete the proposed procurement base upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s
Notice of Intent to award sole source - Compact Robotic Prescription Dispensing System - Tsaile Health Center
Notice of Intent to Award / Sole Source The Navajo Area Indian Health Service, Tsaile Health Center intends to award a non-competitive, sole sourced purchase order to ScriptPro USA, Inc., for Compact Robotic Prescription Dispensing System services. The anticipated period of performance is from January 01, 2026 to December 11, 2026 with three one-year option periods. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112- Surgical and Medical Instrument Manufacturing with a small business size standard of 1,000 employees. The Proposed Contractor is the only organization uniquely qualified to provide the required services to ensure that there is no interruption in services that could impact direct patient care. The proposed contractor's equipment is currently on-site, fully installed, and is currently being used by Pharmacy staff to provide direct patient care testing services. The ScriptPro system is proficient with RPMS and manages the automated dispensing system workflow. Tsaile Pharmacy Department effectively checks in patient(s) while Pharmacy Techs operate ScriptPro's robotic medication dispensary to match doctor scripts with RPMS system. If the ScriptPro machine support services are down or unavailable, the pharmacy team is not able to support direct patient care services for medication dispensing. Changing out systems would negatively impact direct patient care. This notice of intent to award a sole source contract is not a request for competitive proposals. There will be no solicitation available for competitive quotes. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. If no affirmative written response is received by Closing Date/Time, the contract will be issued without further notice. A determination by the Government not to compete the proposed procurement base upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
Notice of Intent to award sole source - ScriptPro USA Inc. - Tsaile Health Center
Notice of Intent to Award / Sole Source The Navajo Area Indian Health Service, Tsaile Health Center intends to award a non-competitive, sole sourced purchase order to ScriptPro USA, Inc., for Compact Robotic Prescription Dispensing System services. The anticipated period of performance is from January 01, 2026 to December 11, 2026 with three one-year option periods. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112- Surgical and Medical Instrument Manufacturing with a small business size standard of 1,000 employees. The Proposed Contractor is the only organization uniquely qualified to provide the required services to ensure that there is no interruption in services that could impact direct patient care. The proposed contractor's equipment is currently on-site, fully installed, and is currently being used by Pharmacy staff to provide direct patient care testing services. The ScriptPro system is proficient with RPMS and manages the automated dispensing system workflow. Tsaile Pharmacy Department effectively checks in patient(s) while Pharmacy Techs operate ScriptPro's robotic medication dispensary to match doctor scripts with RPMS system. If the ScriptPro machine support services are down or unavailable, the pharmacy team is not able to support direct patient care services for medication dispensing. Changing out systems would negatively impact direct patient care. This notice of intent to award a sole source contract is not a request for competitive proposals. There will be no solicitation available for competitive quotes. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. If no affirmative written response is received by Closing Date/Time, the contract will be issued without further notice. A determination by the Government not to compete the proposed procurement base upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
Notice of Intent to award sole source ScriptPro USA Inc.
Notice of Intent to Award / Sole Source The Navajo Area Indian Health Service, Tsaile Health Center intends to award a non-competitive, sole sourced purchase order to ScriptPro USA, Inc., for Compact Robotic Prescription Dispensing System services. The anticipated period of performance is from January 01, 2026 to December 11, 2026 with three one-year option periods. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112- Surgical and Medical Instrument Manufacturing with a small business size standard of 1,000 employees. The Proposed Contractor is the only organization uniquely qualified to provide the required services to ensure that there is no interruption in services that could impact direct patient care. The proposed contractor's equipment is currently on-site, fully installed, and is currently being used by Pharmacy staff to provide direct patient care testing services. The ScriptPro system is proficient with RPMS and manages the automated dispensing system workflow. Tsaile Pharmacy Department effectively checks in patient(s) while Pharmacy Techs operate ScriptPro's robotic medication dispensary to match doctor scripts with RPMS system. If the ScriptPro machine support services are down or unavailable, the pharmacy team is not able to support direct patient care services for medication dispensing. Changing out systems would negatively impact direct patient care. This notice of intent to award a sole source contract is not a request for competitive proposals. There will be no solicitation available for competitive quotes. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. If no affirmative written response is received by Closing Date/Time, the contract will be issued without further notice. A determination by the Government not to compete the proposed procurement base upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Any solicitation resulting from the analysis of information obtained will be announced to the public in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
EMERGENT REFERENCE LAB TESTING
The contractor shall provide laboratory testing service for patient specimens that are urgent/emergent, and/or have limited viability, and not performed at the Ralph H. Johnson VA Medical, Charleston, SC. Testing includes, but is not limited to, Mycobacteria Stains, Microbiology Specimens, Immunoperoxidase Stains, Therapeutic Drugs, Bone Marrow Workup, and Clotting Factor assays. Turnaround time for STAT/emergent testing is 24 hours, or less, as indicated for patient care.
Getinge Steam Sterilizer Repair
Post RFQ
NSN 9310-01-083-5212 Paper, cover
General Supply and Services (GSS) is issuing this RFQ for NSN 9310-01-083-5212 paper, Cover qty of 500 boxes. See attached RFQ for product salient characteristics, terms and conditions. For questions regarding this procurement contact nancy.seale@gsa.gov. No phone calls accepted. ***Note: Attached RFQ document must be completed, signed and returned prior to date of closing. Incomplete quotes or quotes received after date and time of closing will not be considered for award
FD2020-22-00264
4140005756586AH FAN, CENTRIFUGAL 58 IMAGES
Tucson CMOP Shipping Box/Coolers
Tucson CMOP Shipping Box/Coolers Adding the Sources Sought Questions.
Tucson CMOP Shipping Box/Coolers
Tucson CMOP Shipping Box/Coolers
CH-53K HMHT-302 Training Program Curriculum Revisions - Sources Sought Notice
This is a Sources Sought Notice (SSN) to determine the interest, availability and capabilities of potential offerors to provide the required United States Marine Corp Heavy Helicopter Training Squadron (HMHT-302) Training Program Curriculum Sustainment Transition Services described herein. This is inclusive of operator and maintenance classified/unclassified curriculum and classroom training delivery systems for the USMC CH-53K technical training courses. The Government is anticipating soliciting any Request for Proposal that results from this notices’ findings as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set Aside. Though this is the Governments anticipated acquisition strategy, the results of this SSN will be utilized to determine the final acquisition and contracting strategy for this effort.
CH-53K HMHT-302 Training Program Curriculum Revisions - Sources Sought Notice
This is a Sources Sought Notice (SSN) to determine the interest, availability and capabilities of potential offerors to provide the required United States Marine Corp Heavy Helicopter Training Squadron (HMHT-302) Training Program Curriculum Sustainment Transition Services described herein. This is inclusive of but operator and maintenance classified/unclassified curriculum and classroom training delivery systems for the USMC CH-53K technical training courses. The Government is anticipating soliciting any Request for Proposal that results from this notices’ findings as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set Aside. Though this is the Governments anticipated acquisition strategy, the results of this SSN will be utilized to determine the final acquisition and contracting strategy for this effort.
FD2020-22-00210
1560012640402WF ACCESS DOOR 140 IMAGES
FD2020-22-00233
1560010542800WF FUEL CELL 22 IMAGES
FD2020-22-00222
1560013254915WF ACCESS DOOR 317 IMAGES
FD2020-22-00063
5998009475044AH CIRCUIT CARD 213 IMAGES
FD2020-22-00247
6150000089545AH CABLE ASSEMBLY 445 IMAGES
FCI FORT DIX FY26 2ND QTR SUBSISTENCE; INCLUDING EGGS, BREAD AND DAIRY- 15BFTD26Q00000001
NOV 13, 2025 Re: 15BFTD26Q00000001 (SUBSISTENCE) Dear Offerors, Enclosed is a solicitation package prepared by the Federal Bureau of Prisons, Federal Correctional Institution, Fort Dix, New Jersey, Contracting Office, for the acquisition of commercial items for our facility. This package contains all necessary information for you to submit to the government your price quotes for these items for consumption of the inmate population housed at FCI Fort Dix. The Government shall award these items by line item to the lowest responsive/responsible offeror. All vendors awarded Purchase Orders must be registered in the SAM System (WWW.SAM.GOV) and willing to accept Electronic Funds Transfer (EFT) as a form of payment. Please pay close attention to the delivery date(s). Please quote only on those specified items. Do not change the specified item. Do not change the item description or the unit of issue. Do not use phrases such as “Minimum Award Amount”, “All or none”, or any other phrases that would limit the Government from awarding by line item. ANY CHANGES TO THE SOLICITATION CAN RESULT IN THE GOVERNMENT, REJECTING THE PART OR ALL OF THE QUOTES SUBMITTED. BREAD- We will take in consideration the lower price together Items: 198 – hot dog; 199- hamburger; and 200 whole wheats. In other words, We will not award these items separated to multiple vendors. Please complete the Standard Form 1449 as such: Blocks 17a, 30a, 30b, and 30c. Please open the excel file and add only your company name below the highlighted area and only your unit price per item into the self-calculating excel document and return in excel format. Please complete and return the attached Contractor Information Sheet. You MUST email the following: your quotes in excel format(company name must be listed), SF 1449 and Contractor Information Sheet to aaponteberrios@bop.gov and CC: to bvirgillo@bop.gov with the subject line in all caps “15BFTD26Q00000001” no later than NOVEMBER 20, 2025 @ 11:59 PM Eastern Time. NO OTHER METHOD OF MAIL WILL BE ACCEPTED. FAILURE TO FOLLOW EMAIL INSTRUCTIONS MAY RESULT IN REJECTION OF BID/QUOTE. The following documentation shall be submitted: SF-1449 (SIGN BLOCKS 30 a b and c). CONTRACTOR INFORMATION SHEET BID SHEET (EXCEL FORMAT ONLY) A receipt of your email shall be acknowledged by the Contract Specialist, Mr. Aponte. If you do not receive an email from Mr. Aponte acknowledging your receipt, it is your responsibility to follow up to ensure the Contract Officer has received your bid. Otherwise, your bid may be rejected post award. All questions about quality, delivery, standard, so on may be addressed to Mr. D. Cruz At dcruz@bop.gov . Sincerely, Arturo Aponte-Berrios, Contract Specialist
FCI FORT DIX FY26 2ND QTR SUBSISTENCE; INCLUDING EGGS, BREAD AND DAIRY- 15BFTD26Q00000001
NOV 13, 2025 Re: 15BFTD26Q00000001 (SUBSISTENCE) Dear Offerors, Enclosed is a solicitation package prepared by the Federal Bureau of Prisons, Federal Correctional Institution, Fort Dix, New Jersey, Contracting Office, for the acquisition of commercial items for our facility. This package contains all necessary information for you to submit to the government your price quotes for these items for consumption of the inmate population housed at FCI Fort Dix. The Government shall award these items by line item to the lowest responsive/responsible offeror. All vendors awarded Purchase Orders must be registered in the SAM System (WWW.SAM.GOV) and willing to accept Electronic Funds Transfer (EFT) as a form of payment. Please pay close attention to the delivery date(s). Please quote only on those specified items. Do not change the specified item. Do not change the item description or the unit of issue. Do not use phrases such as “Minimum Award Amount”, “All or none”, or any other phrases that would limit the Government from awarding by line item. ANY CHANGES TO THE SOLICITATION CAN RESULT IN THE GOVERNMENT, REJECTING THE PART OR ALL OF THE QUOTES SUBMITTED. BREAD- We will take in consideration the lower price together Items: 198 – hot dog; 199- hamburger; and 200 whole wheats. In other words, We will not award these items separated to multiple vendors. Please complete the Standard Form 1449 as such: Blocks 17a, 30a, 30b, and 30c. Please open the excel file and add only your company name below the highlighted area and only your unit price per item into the self-calculating excel document and return in excel format. Please complete and return the attached Contractor Information Sheet. You MUST email the following: your quotes in excel format(company name must be listed), SF 1449 and Contractor Information Sheet to aaponteberrios@bop.gov and CC: to bvirgillo@bop.gov with the subject line in all caps “15BFTD26Q00000001” no later than NOVEMBER 20, 2025 @ 11:59 PM Eastern Time. NO OTHER METHOD OF MAIL WILL BE ACCEPTED. FAILURE TO FOLLOW EMAIL INSTRUCTIONS MAY RESULT IN REJECTION OF BID/QUOTE. The following documentation shall be submitted: SF-1449 (SIGN BLOCKS 30 a b and c). CONTRACTOR INFORMATION SHEET BID SHEET (EXCEL FORMAT ONLY) A receipt of your email shall be acknowledged by the Contract Specialist, Mr. Aponte. If you do not receive an email from Mr. Aponte acknowledging your receipt, it is your responsibility to follow up to ensure the Contract Officer has received your bid. Otherwise, your bid may be rejected post award. All questions about quality, delivery, standard, so on may be addressed to Mr. D. Cruz At dcruz@bop.gov . Sincerely, Arturo Aponte-Berrios, Contract Specialist
FCI FORT DIX FY26 2ND QTR SUBSISTENCE; INCLUDING EGGS, BREAD AND DAIRY- 15BFTD26Q00000001
NOV 13, 2025 Re: 15BFTD26Q00000001 (SUBSISTENCE) Dear Offerors, Enclosed is a solicitation package prepared by the Federal Bureau of Prisons, Federal Correctional Institution, Fort Dix, New Jersey, Contracting Office, for the acquisition of commercial items for our facility. This package contains all necessary information for you to submit to the government your price quotes for these items for consumption of the inmate population housed at FCI Fort Dix. The Government shall award these items by line item to the lowest responsive/responsible offeror. All vendors awarded Purchase Orders must be registered in the SAM System (WWW.SAM.GOV) and willing to accept Electronic Funds Transfer (EFT) as a form of payment. Please pay close attention to the delivery date(s). Please quote only on those specified items. Do not change the specified item. Do not change the item description or the unit of issue. Do not use phrases such as “Minimum Award Amount”, “All or none”, or any other phrases that would limit the Government from awarding by line item. ANY CHANGES TO THE SOLICITATION CAN RESULT IN THE GOVERNMENT, REJECTING THE PART OR ALL OF THE QUOTES SUBMITTED. BREAD- We will take in consideration the lower price together Items: 198 – hot dog; 199- hamburger; and 200 whole wheats. In other words, We will not award these items separated to multiple vendors. Please complete the Standard Form 1449 as such: Blocks 17a, 30a, 30b, and 30c. Please open the excel file and add only your company name below the highlighted area and only your unit price per item into the self-calculating excel document and return in excel format. Please complete and return the attached Contractor Information Sheet. You MUST email the following: your quotes in excel format(company name must be listed), SF 1449 and Contractor Information Sheet to aaponteberrios@bop.gov and CC: to bvirgillo@bop.gov with the subject line in all caps “15BFTD26Q00000001” no later than NOVEMBER 20, 2025 @ 11:59 PM Eastern Time. NO OTHER METHOD OF MAIL WILL BE ACCEPTED. FAILURE TO FOLLOW EMAIL INSTRUCTIONS MAY RESULT IN REJECTION OF BID/QUOTE. The following documentation shall be submitted: SF-1449 (SIGN BLOCKS 30 a b and c). CONTRACTOR INFORMATION SHEET BID SHEET (EXCEL FORMAT ONLY) A receipt of your email shall be acknowledged by the Contract Specialist, Mr. Aponte. If you do not receive an email from Mr. Aponte acknowledging your receipt, it is your responsibility to follow up to ensure the Contract Officer has received your bid. Otherwise, your bid may be rejected post award. All questions about quality, delivery, standard, so on may be addressed to Mr. D. Cruz At dcruz@bop.gov . Sincerely, Arturo Aponte-Berrios, Contract Specialist
FCI FORT DIX FY26 2ND QTR SUBSISTENCE; INCLUDING EGGS, 15BFTD26Q00000001BREAD AND DAIRY-
NOV 13, 2025 Re: 15BFTD26Q00000001 (SUBSISTENCE) Dear Offerors, Enclosed is a solicitation package prepared by the Federal Bureau of Prisons, Federal Correctional Institution, Fort Dix, New Jersey, Contracting Office, for the acquisition of commercial items for our facility. This package contains all necessary information for you to submit to the government your price quotes for these items for consumption of the inmate population housed at FCI Fort Dix. The Government shall award these items by line item to the lowest responsive/responsible offeror. All vendors awarded Purchase Orders must be registered in the SAM System (WWW.SAM.GOV) and willing to accept Electronic Funds Transfer (EFT) as a form of payment. Please pay close attention to the delivery date(s). Please quote only on those specified items. Do not change the specified item. Do not change the item description or the unit of issue. Do not use phrases such as “Minimum Award Amount”, “All or none”, or any other phrases that would limit the Government from awarding by line item. ANY CHANGES TO THE SOLICITATION CAN RESULT IN THE GOVERNMENT, REJECTING THE PART OR ALL OF THE QUOTES SUBMITTED. BREAD- We will take in consideration the lower price together Items: 198 – hot dog; 199- hamburger; and 200 whole wheats. In other words, We will not award these items separated to multiple vendors. Please complete the Standard Form 1449 as such: Blocks 17a, 30a, 30b, and 30c. Please open the excel file and add only your company name below the highlighted area and only your unit price per item into the self-calculating excel document and return in excel format. Please complete and return the attached Contractor Information Sheet. You MUST email the following: your quotes in excel format(company name must be listed), SF 1449 and Contractor Information Sheet to aaponteberrios@bop.gov and CC: to bvirgillo@bop.gov with the subject line in all caps “15BFTD26Q00000001” no later than NOVEMBER 20, 2025 @ 11:59 PM Eastern Time. NO OTHER METHOD OF MAIL WILL BE ACCEPTED. FAILURE TO FOLLOW EMAIL INSTRUCTIONS MAY RESULT IN REJECTION OF BID/QUOTE. The following documentation shall be submitted: SF-1449 (SIGN BLOCKS 30 a b and c). CONTRACTOR INFORMATION SHEET BID SHEET (EXCEL FORMAT ONLY) A receipt of your email shall be acknowledged by the Contract Specialist, Mr. Aponte. If you do not receive an email from Mr. Aponte acknowledging your receipt, it is your responsibility to follow up to ensure the Contract Officer has received your bid. Otherwise, your bid may be rejected post award. All questions about quality, delivery, standard, so on may be addressed to Mr. D. Cruz At dcruz@bop.gov . Sincerely, Arturo Aponte-Berrios, Contract Specialist
FCI FORT DIX FY26 2ND QTR SUBSISTENCE; INCLUDING EGGS, BREAD AND DAIRY-
NOV 13, 2025 Re: 15BFTD26Q00000001 (SUBSISTENCE) Dear Offerors, Enclosed is a solicitation package prepared by the Federal Bureau of Prisons, Federal Correctional Institution, Fort Dix, New Jersey, Contracting Office, for the acquisition of commercial items for our facility. This package contains all necessary information for you to submit to the government your price quotes for these items for consumption of the inmate population housed at FCI Fort Dix. The Government shall award these items by line item to the lowest responsive/responsible offeror. All vendors awarded Purchase Orders must be registered in the SAM System (WWW.SAM.GOV) and willing to accept Electronic Funds Transfer (EFT) as a form of payment. Please pay close attention to the delivery date(s). Please quote only on those specified items. Do not change the specified item. Do not change the item description or the unit of issue. Do not use phrases such as “Minimum Award Amount”, “All or none”, or any other phrases that would limit the Government from awarding by line item. ANY CHANGES TO THE SOLICITATION CAN RESULT IN THE GOVERNMENT, REJECTING THE PART OR ALL OF THE QUOTES SUBMITTED. BREAD- We will take in consideration the lower price together Items: 198 – hot dog; 199- hamburger; and 200 whole wheats. In other words, We will not award these items separated to multiple vendors. Please complete the Standard Form 1449 as such: Blocks 17a, 30a, 30b, and 30c. Please open the excel file and add only your company name below the highlighted area and only your unit price per item into the self-calculating excel document and return in excel format. Please complete and return the attached Contractor Information Sheet. You MUST email the following: your quotes in excel format(company name must be listed), SF 1449 and Contractor Information Sheet to aaponteberrios@bop.gov and CC: to bvirgillo@bop.gov with the subject line in all caps “15BFTD26Q00000001” no later than NOVEMBER 20, 2025 @ 11:59 PM Eastern Time. NO OTHER METHOD OF MAIL WILL BE ACCEPTED. FAILURE TO FOLLOW EMAIL INSTRUCTIONS MAY RESULT IN REJECTION OF BID/QUOTE. The following documentation shall be submitted: SF-1449 (SIGN BLOCKS 30 a b and c). CONTRACTOR INFORMATION SHEET BID SHEET (EXCEL FORMAT ONLY) A receipt of your email shall be acknowledged by the Contract Specialist, Mr. Aponte. If you do not receive an email from Mr. Aponte acknowledging your receipt, it is your responsibility to follow up to ensure the Contract Officer has received your bid. Otherwise, your bid may be rejected post award. All questions about quality, delivery, standard, so on may be addressed to Mr. D. Cruz At dcruz@bop.gov . Sincerely, Arturo Aponte-Berrios, Contract Specialist
UNICOR Marion Request for Quote SWH0010 C,SYM2695.2,S2JR25-3,SWITCH,NAVY
Federal Prison Industries, Marion is issuing this solicitation notice for the requirements of Electrical Component(s). This may be for connectors, adapters, wire, cable or a combination of parts required in the building and construction of cable assemblies. This solicitation is a Small Business set?aside. The NAICS code for this solicitation is 334417. Deliveries will begin when the Contracting Officer issues a signed Award Document to the Vendor. Deliveries MUST be completed within the delivery date specified, upon Award. Deliveries will be made to UNICOR Federal Prison Industries 4500 Prison Road, Marion IL 62959. The Government reserves the right to make single or multiple awards based on Best Value. The Government will award to the responsible businesses whose quote, conforming to the solicitation, is most advantageous to the Government based on Best Value. Best Value will be determined by evaluating each quotation for one or more of the following: PRICE, TECHNICALLY ACCEPTABLE, DELIVERY (ARO), AND PAST PERFORMANCE. Awards will be issued with a Purchase Card or through a Purchase Order, SF-1449. All future information about this solicitation, including solicitation amendments, will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up?to?date information about this solicitation. Refer to the posted solicitation for due date regarding receipt of quotes (page #1, block #8). The point of contact for all information regarding this solicitation is Gregory Lipe, Contracting Officer, at gregory.lipe2@usdoj.gov. Quotations are required to be received electronically to the above mentioned contact, on or before the due dates specified within the solicitation. The only format in which questions will be answered is by e?mail (no phone calls please). Faith Based and Community Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. ANY QUESTIONS REGARDING REQUIREMENTS LISTED, SPECIFICATIONS OR THE SOLICITATION PROCESS MUST BE REQUESTED in writing to Gregory Lipe at gregory.lipe2@usdoj.gov. At no time should offerors contact factory or Central Office staff with questions regarding this request for quotation (RFQ). All questions MUST be addressed in writing. No questions will be answered via telephone.
UNICOR Marion Request for Quote Various Connectors. See Attached
Federal Prison Industries, Marion is issuing this solicitation notice for the requirements of Electrical Component(s). This may be for connectors, adapters, wire, cable or a combination of parts required in the building and construction of cable assemblies. This solicitation is a Small Business set?aside. The NAICS code for this solicitation is 334417. Deliveries will begin when the Contracting Officer issues a signed Award Document to the Vendor. Deliveries MUST be completed within the delivery date specified, upon Award. Deliveries will be made to UNICOR Federal Prison Industries 4500 Prison Road, Marion IL 62959. The Government reserves the right to make single or multiple awards based on Best Value. The Government will award to the responsible businesses whose quote, conforming to the solicitation, is most advantageous to the Government based on Best Value. Best Value will be determined by evaluating each quotation for one or more of the following: PRICE, TECHNICALLY ACCEPTABLE, DELIVERY (ARO), AND PAST PERFORMANCE. Awards will be issued with a Purchase Card or through a Purchase Order, SF-1449. All future information about this solicitation, including solicitation amendments, will also be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up?to?date information about this solicitation. Refer to the posted solicitation for due date regarding receipt of quotes (page #1, block #8). The point of contact for all information regarding this solicitation is Gregory Lipe, Contracting Officer, at gregory.lipe2@usdoj.gov. Quotations are required to be received electronically to the above mentioned contact, on or before the due dates specified within the solicitation. The only format in which questions will be answered is by e?mail (no phone calls please). Faith Based and Community Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. ANY QUESTIONS REGARDING REQUIREMENTS LISTED, SPECIFICATIONS OR THE SOLICITATION PROCESS MUST BE REQUESTED in writing to Gregory Lipe at gregory.lipe2@usdoj.gov. At no time should offerors contact factory or Central Office staff with questions regarding this request for quotation (RFQ). All questions MUST be addressed in writing. No questions will be answered via telephone.
MNA 2Q FY 2026 Certified Kosher Foods
The Federal Correctional Institution, Marianna, Florida intends to issue solicitation 15B30826Q00000003 for the 2nd quarter, FY 2026 Certified Kosher foods requirement. This solicitation is 100% set-a-side for small business. The Government contemplates award of a firm-fixed price type contract from this solicitation. The Government reserves the right upon award to make formal single or multiple awards. The Government will award to the responsible offeror(s), whose offer conforming to the solicitation, is considered to be most advantageous to the Government based on past performance and price. Pricing will be FOB destination with a delivery date on or before January 15, 2026. The solicitation will be available on or about November 14, 2025 and will be distributed solely through the U.S. General Services Administration’s web site at https://beta.sam.gov/. The site provides downloading instructions. Hard copies of the solicitation will not be distributed. All future information regarding this acquisition, including amendments, will be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. The Government may make awards without discussions; therefore, offerors are instructed to submit their best offer initially. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. Failure to comply with the stated item specifications will result in your quoted item not being considered for award. NO SPECIFICATION SUBSTITUTIONS WILL BE ACCEPTED. Please include a letter of Kosher certification with your bid. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database at www.sam.gov. Payments for orders exceeding the micro purchase threshold will be made using Electronic Funds Transfer (EFT). Payments for orders less than the micro purchase thresh hold will be made using the Government Purchase Card.
MNA 2Q FY 2026 Certified Halal Foods
The Federal Correctional Institution, Marianna, Florida intends to issue solicitation 15B30826Q00000002 for the 2nd quarter, FY 2026 Certified Halal foods requirement. This solicitation is 100% set-a-side for small business. The Government contemplates award of a firm-fixed price type contract from this solicitation. The Government reserves the right upon award to make formal single or multiple awards. The Government will award to the responsible offeror(s), whose offer conforming to the solicitation, is considered to be most advantageous to the Government based on past performance and price. Pricing will be FOB destination with a delivery date on or before January 15, 2026. The solicitation will be available on or about November 14, 2025 and will be distributed solely through the U.S. General Services Administration’s web site at https://beta.sam.gov/. The site provides downloading instructions. Hard copies of the solicitation will not be distributed. All future information regarding this acquisition, including amendments, will be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. The Government may make awards without discussions; therefore, offerors are instructed to submit their best offer initially. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. Failure to comply with the stated item specifications will result in your quoted item not being considered for award. NO SPECIFICATION SUBSTITUTIONS WILL BE ACCEPTED. Please include a letter of Halal certification with your bid. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database at www.sam.gov. Payments for orders exceeding the micro purchase threshold will be made using Electronic Funds Transfer (EFT). Payments for orders less than the micro purchase thresh hold will be made using the Government Purchase Card.
MNA 2Q FY 2026 Frozen Foods
The Federal Correctional Institution, Marianna, Florida intends to issue solicitation 15B30826Q00000001 for the 2nd quarter, FY 2026 frozen and refrigerated foods requirement. This solicitation is 100% set-a-side for small business. The Government contemplates award of a firm-fixed price type contract from this solicitation. The Government reserves the right upon award to make formal single or multiple awards. The Government will award to the responsible offeror(s), whose offer conforming to the solicitation, is considered to be most advantageous to the Government based on past performance and price. Pricing will be FOB destination with a delivery date on or before January 15, 2026. The solicitation will be available on or about November 14, 2025 and will be distributed solely through the U.S. General Services Administration’s web site at https://sam.gov/. The site provides downloading instructions. Hard copies of the solicitation will not be distributed. All future information regarding this acquisition, including amendments, will be distributed through this site. Interested parties are responsible for monitoring this site to ensure they have the most up-to-date information about this solicitation. The Government may make awards without discussions; therefore, offerors are instructed to submit their best offer initially. Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. Failure to comply with the stated item specifications will result in your quoted item not being considered for award. NO SPECIFICATION SUBSTITUTIONS WILL BE ACCEPTED. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database at www.sam.gov. Payments for orders exceeding the micro purchase thresh hold will be made using Electronic Funds Transfer (EFT). Payments for orders less than the micro purchase threshold will be made using the Government Purchase Card.
FD2020-22-00023
5310-00-168-2975NB NUT,PLAIN,ROUND
FD2020-22-00241
1420-01-647-3442AH TUBE,SUPPORT
Rudder Stock Assembly Renew
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number 52000PR260000644 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06, effective, 27 AUG 2025. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Payment of the work is authorized to be submitted as work is completed but must be approved by the Contracting Officer First. Basis for Award: This solicitation is based on FAR 13 – Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Lowest Priced Technically Acceptable basis per the solicitation. Past performance will only be reviewed for “responsibility” basis per FAR 9.1. There are no adjectival ratings nor will award be based on a best value tradeoff basis. All quote’s will be evaluated for who meets all the technical requirements, next who meets our deadlines and finally what is the lowest cost. All quotes shall be emailed to SKC Michael Fitzer via Michael.G.Fitzer@USCG.MIL and shall be received no later than 22 NOV 2025 12:00PM (Eastern). All emailed quotes shall have 52000PR26000644 in the subject of the email. ITEM 1: CLIN Description of Supplies or Services QTY 0001 P&S Rudder Stock Housing Assembly Crop Renew 1 JB Place of Performance: USCG STATION COOS BAY KINGFISHER RD CHARLESTON, OR 97420 Invoicing In IPP It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov. This order is subject to but is not limited to the following Federal Acquisition Regulations: FAR Clauses This order is subject to but is not limited to the following Federal Acquisition Regulations: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services. 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services.
AIRCRAFT EAGLE F-15, SCREW, ACTUATING, ACTUATOR
Solicitation for End Item: AIRCRAFT, EAGLE, F-15; SCREW, ACTUATING, ACTUATOR; NSN 1560-00-298-8901. DURATION OF CONTRACT ORDERING PERIOD: 60 MONTHS OR 5 YEARS. NO OPTION TO EXTEND THE TERM OF THE CONTRACT. THE REQUESTED TOTAL DELIVERY SCHEDULE IS 365 DAYS PRODUCTION; Export Control does NOT apply. Critical Application Item. This NSN is NOT a Critical Safety Item (CSI). Configuration Control Applies. First Article Test requirements DO NOT apply to this NSN. Production Lot Test (PLT) requirements DO NOT apply to this NSN. NAICS is 336413. This is a UNRESTRICTED procurement with Other Than Full and Open Competition. Source(s) of Supply listed in the Item Description: WHIPPANY ACTUATION SYSTEMS, LLC., CAGE: 81039 P/N 5450108 FOB Destination, Inspection/Acceptance: Origin. This is a request for proposal for an Indefinite Quantity Contract. Estimated Annual Quantities for the base period of five (5) years and zero (0) option periods will be 10 each. Specifications, plans, or drawings relating to the procurement described may or may not be available and will be furnished by the Government through C-Folders if applicable. Request for a written proposal, please submit offers to fax # (804) 279-4165. OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD. A copy of the solicitation will be made available via DLA Internet Bid Board System at https://dibbs.bsm.dla.mil/ issue date cited in the RFP. From the DIBBS Homepage, select Search RFPs. Then choose the RFP you wish to download. RFPs are in portable document format (pdf). To download and view these documents you will need the lasted version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of this solicitation will not be available to requestors. The solicitation issue date will be on or about November 22, 2026. All responsible sources may submit an offer, which will be considered. PPIRS will be used to evaluate Past Performance. Based upon market research, the Government is not using the policies contained in Part 15, Contracting by Negotiation, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation.
FD2020-22-00151-00
1560-01-213-9211FJ DOOR, ACCESS
FD2020-22-00150
NSN: 1560011244882FJ NOUN: SKIN,AIRCRAFT P/N: 160D611502-8
FD2020-22-00150
NSN: 1560011244882FJ NOUN: SKIN,AIRCRAFT P/N: 160D611502-8
FD2020-22-00150
NSN: 1560011244882FJ NOUN: SKIN,AIRCRAFT P/N: 160D611502-8
FD2020-22-00150
NSN: 1560011244882FJ NOUN: SKIN,AIRCRAFT P/N: 160D611502-8
Gunflint Ranger District Snowplowing
The Administrative site for the Gunflint Ranger District located at 2020 W. Hwy 61, Grand Marais, MN 55604, requires snow removal of all parking lots, roadways, and drives to garages and employee housing units. Also, sanding of paved parking lots and drives when ice is present.
FD2020-22-50008
NSN 1377-01-083-8459 alt 1377-01-234-0706ES p/n: 811318-6 NOUN:DROGUE,SEVERENCE
FD2020-22-00273
NSN: 1620010307948 NOUN: COLLAR,TORQUE,LANDI P/N: HP1118660-3
HIGH VOLTAGE DB25 CABLE ASSEMBLY
N00164-26-Q-0014 – SOLE SOURCE – HIGH VOLTAGE DB25 CABLE ASSEMBLY – FSG 5995 - NAICS 334515 ISSUE DATE 17 NOV 2025 – CLOSING DATE 24 NOV 2025 – 2:00 PM Eastern Time ITEM DESCRIPTION- Naval Surface Warfare Center (NSWC) Crane has a requirement for part number 0S-03939-00092 High Voltage DB25 Cable Assembly quantity 26. The proposed contract action is for the supplies or services for which the Government intends to solicit and negotiate with one source, Pickering Interfaces, INC Tewksbury, Massachusetts , under the authority of FAR 13.106-1. This is being sole sourced because the vendor is the only one to be able to customize the built-to-order specialty cables. All responsible sources may submit a capability statement, which shall be considered by the agency. However, a determination by the Government not to compete with this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Contractors must be properly registered in the System for Award Management (SAM). Offerors may obtain information on SAM registration and annual confirmation requirements by calling 866-606-8220 or via the internet at https://sam.gov. This solicitation is being issued pursuant to the procedures at FAR Part 13. Synopsis exception FAR 5.202(a)(13) applies and Solicitation Number N00164-26-Q-0014 is hereby issued as an attachment hereto. Contract Opportunities on https://sam.gov/ has officially replaced FBO.gov All changes to the requirement that occur prior to the closing date will be posted to Contract Opportunities on https://sam.gov/. It is the responsibility of interested vendors to monitor https://sam.gov/ for any amendments, which may be issued to this solicitation.For changes made after the closing date, only those offerors that provide a quote will be provided any changes/amendments and considered for future discussions and/or award. Offers shall be e-mailed to Jaclyn.m.bailey5.civ@us.navy.mil. All required information must be received on or before 24 NOV 2025 2PM EASTERN TIME.
FCC Coleman FY26 December Produce
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is15B30226Q00000005/Unison Buy 1203694 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 311999 with a small business size standard of 700.00 employees. This requirement is a Small Business Set-Aside and only qualified sellers may submit bids. The solicitation pricing on https://marketplace.unisonglobal.com will start on the date this solicitation is posted, and, unless otherwise displayed at https://marketplace.unisonglobal.com, will end on: 2025-11-25 11:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Coleman, FL 33521 The DOJ BOP Field Offices - FCC COLEMAN requires the items to be Meet or Exceed. To review line items, terms, etc., refer to the link below. Solicitation and Buy Attachments ***Question Submission: Interested Sellers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at https://marketplace.unisonglobal.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOJ BOP Field Offices - FCC COLEMAN intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison Marketplace. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOJ BOP Field Offices - FCC COLEMAN is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at https://marketplace.unisonglobal.com. There is no cost to register, review procurement data or make a bid on https://marketplace.unisonglobal.com.Sellers that are not currently registered to use https://marketplace.unisonglobal.com should proceed to https://marketplace.unisonglobal.com to complete their free registration. Sellers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Sellers may not artificially manipulate the price of a transaction on https://marketplace.unisonglobal.com by any means. It is unacceptable to place bad faith bids, to use decoys in the https://marketplace.unisonglobal.com process or to collude with the intent or effect of hampering the competitive https://marketplace.unisonglobal.com process. Should Sellers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.
Presolicitation for U.S. Mission Geneva Official Vehicle insurance
The Permanent Mission of the United Statesof America in Geneva, Switzerland, seeksqualified companies to provide insurancefor its official Vehicles fleet. Please note this solicitation is not ready tobe issued as of this date. The U.S. Mission inGeneva will launch the solicitation on the Contract Opportunities website when it isavailable. The anticipated performance period is for abase year with four one-year optionperiods, if exercised by the Government. Allresponsible sources may submit aquotation which will be considered. The Government intends to award acontract resulting from this solicitation tothe lowest priced technically acceptableofferor who is responsible contractor.Thegovernment may award the contract basedon the initial offer without discussion.
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