Federal Contract Opportunities
Showing 1,201-1,250 of 2,700 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Snow Removal and Sanding Services, Profile Falls Recreation Area at Franklin Falls Dam, Bristol, NH
The U.S. Army Corps of Engineers - New England District is issuing a Solicitation Notice for Snow Removal and Sanding Services, Profile Falls Recreation Area at Franklin Falls Dam, Bristol, NH. THE WORK CONSISTS OF: Contractor shall provide all equipment, materials, labor, and transportation necessary to perform snow plowing and sanding services at the Profile Falls Recreation Area. All work shall be completed in accordance with the Performance Work Statement. This procurement is set-aside for small business vendors. The applicable NAICS code is 561730 with a Small Business Size Standard of $9.5 Million. ALL VENDORS MUST HAVE AN ACTIVE REGISTRATION IN SAM.GOV AT THE TIME OF SUBMISSION IN ORDER TO BE CONSIDERED. ANY VENDOR THAT DOES NOT HAVE AN ACTIVE SAM.GOV REGISTRATION WILL BE REJECTED AS NON RESPONSIVE.
FD2020-22-00152
NSN: 1560-00-605-4570FJ NOUN: SUPPORT, STRUCTURAL PART #: 162D611621-1003
Barge Rental Service- Amendment
See attched Amendment File.
5340 Access Doors, Azimuth (For Antenna Unit)
SOLE SOURCE: EMAIL QUESTIONS TO: WILFREDO.J.GERVACIO.CIV@US.NAVY.MIL This acquisition will be negotiated on a sole source basis with FISICA APPLIED TECHNOLOGIES INC., DIV. DATRON ADVANCED TECHNOLOGIES, per FAR 6.302-1 utilizing FAR Parts 12 and 13, Commercial and Simplified Acquisition Procedure. respond to the requirement or submit proposals prior to the offer due date, which will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination not to compete this action based upon responses received to this notice is solely within the discretion of the Government. Award of firm-fixed price supply type contract is anticipated. It is anticipated that the solicitation will be posted to the Sam.Gov website on or about 19 NOVEMBER 2025 with quotes due on or about 26 NOVEMBER 2025. Prospective offerors are responsible for downloading their own copy of the solicitation from the Sam.Gov website and for frequently monitoring the site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents Teleworking until further notice and will not have access to work phone or voicemail Please communicate via email or call via “MS Teams” during working hours until further notice
ARMED FORCES CAREER CENTER - ENFIELD, CT
The New England District, U.S. Army Corps of Engineers is soliciting lease proposals for approximately 1,680 square feet of usable square feet of commercial space located within a ¼ mile radius of 155 Hazard Avenue, Enfield, CT 06082. The space must have a secondary egress and shall contain adequate parking for approximately 8 Government vehicles both during the day and overnight. Must use Government Lease. Additional information regarding this solicitation may be obtained from Joshua Mulvey at Kevin.Leonard@usace.army.mil . Proposals are due not later than 5:00pm 11/27/2025. Draft Lease documents attached Responses should include: Proposed rental amount to include (Water/Sewer, CAM, Taxes and insurance) Breakdown bid for attached construction build-out specs (for Relos/new offices) Submit Proof of Active SAM Registration with CAGE CODE and Unique Identifier NOTICE: The following information is provided for situational awareness and is not required to respond to this Source Sought. All contractors must be registered in the System for Award Management (www.beta.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.beta.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.beta.SAM.gov. Refer to www.beta.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).
FD2020-22-00245
4140011201564AH FAN,CIRCULATING 7 IMAGES
FD2020-22-00235
SHIELD,HEAT,GUIDED 1420000045438AH 136 IMAGES 1420000045449AH 130 IMAGES 1420000045434AH 135 IMAGES 1420000045442AH 134 IMAGES 1420000045446AH 128 IMAGES 1420000045437AH 127 IMAGES
FD2020-22-00204
6110011997549WF PANEL, POWER 260 IMAGES
FD2020-22-00232
1560012231113WF DOOR, ACCESS 163 IMAGES
FD2020-22-00242
1420016669224AH CYLINDER, BLAST VALVE 9 IMAGES
FD2020-22-00235
SHIELD,HEAT,GUIDED 1420000045438AH 136 IMAGES 1420000045449AH 130 IMAGES 1420000045434AH 135 IMAGES 1420000045442AH 134 IMAGES 1420000045446AH 128 IMAGES 1420000045437AH 127 IMAGES
Service Repair for Sciaky Spot Welder
This is a solicitation notice for an acquisition of Service repair for Sciaky Spot Welder in accordance with the Performance Work Statement. FOB Destination is Tinker AFB OK. Any questions related to this Solicitation need to be submitted in writing two (2) days prior to the closing date stated on page 1 of the Solicitation. Quotes will be accepted on or before the closing date stated on page 1 of the solicitation. When returning this Standard form 1449, please complete the following: 1. Please complete Company Information (Name & Address) and CAGE Code in Block 17a. 2. Please wet sign, put the name and title of signer, and date signed in blocks 30a., 30b., and 30c. respectively. 3. Please insert pricing on Page 3 along with net amount & delivery times 4. Please complete information in all “Fill-in” provisions and clauses, especially: a. DFARS 252.209-7999 b. FAR 52.209-11 c. FAR 52.212-3 5. Please provide a written statement to explain how your company is going to meet the technical evaluation criteria listed in FAR Clause 52.212-2.
78287 - CBR - B20128 Air Handler Refurbishment
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. This announcement constitutes the solicitation only; a quote is being requested, and a written solicitation will not be issued. This solicitation is being issued as a Request for Quote (RFQ) No. FA857126Q0018. QUESTIONS WILL BE DUE BY 21 NOV 2026 AT 12 PM. A Site Visit will be held 19 November 2025 at 1:30 PM at Building B20128, Eagle Street, Robins AFB. If you plan on attending this site visit, please email bobby.ballow@us.af.mil and notify of the decision to attend. Please see attached Product Description dated 31 Oct 2026 for details about this requirement.
FD2020-22-00173
6625016772061WF INSTALLATION KIT 3 IMAGES
SOUTHEAST FISHERIES OBSERVER PROGRAM (SEFOP) OBSERVER SERVICES EXTENSION
NOTICE OF INTENT TO NEGOTIATE FOR AN ACTION EXCEEDING THE SIMPLIFIED ACQUISITION THRESHOLD USING SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS SOUTHEAST FISHERIES SCIENCE CENTER (SEFSC) SOUTHEAST FISHERIES OBSERVER PROGRAM (SEFOP) OBSERVER SERVICES National Oceanic and Atmospheric Administration (NOAA) Fisheries hereby gives public notice of the intent to negotiate a sole-source action for Task Order 1305M325F0020 under Indefinite Delivery Indefinite Quantity (IDIQ) Contract 1305M219DNFFN0019, to extend observer services from December 21, 2025 through March 31, 2026, pursuant to the authority of Federal Acquisition Requirements (FAR) 13.501(a) and 41 U.S.C. 1901. FAR 6.302-1(a)(2) and 41 USC 3304(a)(1) establishes authority for the government to seek services from A.I.S., Incorporated (AIS) to manage the recruitment, selection, supervision, and outfitting of all sea-going personnel needed to fulfill federal fisheries obligations of the SEFSC for the geographic area encompassed by the coastal states from North Carolina through Texas, as well as Puerto Rico and the U.S. Virgin Islands in the U.S. Caribbean. These federal fisheries obligations are part of the National Observer Program and are authorized by statute under the Magnuson-Stevens Fishery Conservation and Management Act. The SEFOP operates in Federal reef-fish, shrimp, and pelagic longline fisheries in the Gulf of America, Caribbean and Western North Atlantic Ocean. More than 500 observers are deployed across 11 U.S. observer programs, the majority of which are managed by NOAA Fisheries’ six regional Fisheries Science Centers. Observers act as the sole, independent data source for specific types of information, including bycatch composition and mortality, economic and regulatory discards, as well as gear interactions with marine mammals, seabirds, sea turtles, and many other protected resources. The observer collected data is utilized in various regional stock assessments. SEFSC Observer Services requires the Contractor to provide and retain the necessary qualified personnel, material, services, and facilities (except as otherwise specified) to perform quality environmental, biological, and fisheries operations data collection for SEFSC Observer programs. Responses to this notice must be provided within fifteen (15) calendar days from the date of this notice. Vendors who believe they can meet this requirement are required to submit in writing a proposal and affirmative response demonstrating a comprehensive understanding of the requirement. All written responses must include a written narrative statement of capability, including detailed technical information demonstrating their ability to meet the action requirement, including the extension timeline. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirement. Failure to submit such documentation will result in the Government proceeding as previously stated. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than November 29, 2026 at 2:30 P.M. Pacific Standard Time. The responses must be submitted via e-mail to Contract Specialist, Jamie Abu Shakrah, at Jamie.AbuShakrah@noaa.gov.
SOUTHEAST FISHERIES OBSERVER PROGRAM (SEFOP) OBSERVER SERVICES EXTENSION
NOTICE OF INTENT TO NEGOTIATE FOR AN ACTION EXCEEDING THE SIMPLIFIED ACQUISITION THRESHOLD USING SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS SOUTHEAST FISHERIES SCIENCE CENTER (SEFSC) SOUTHEAST FISHERIES OBSERVER PROGRAM (SEFOP) OBSERVER SERVICES National Oceanic and Atmospheric Administration (NOAA) Fisheries hereby gives public notice of the intent to negotiate a sole-source action for Task Order 1305M325F0020 under Indefinite Delivery Indefinite Quantity (IDIQ) Contract 1305M219DNFFN0019, to extend observer services from December 21, 2025 through March 31, 2026, pursuant to the authority of Federal Acquisition Requirements (FAR) 13.501(a) and 41 U.S.C. 1901. FAR 6.302-1(a)(2) and 41 USC 3304(a)(1) establishes authority for the government to seek services from A.I.S., Incorporated (AIS) to manage the recruitment, selection, supervision, and outfitting of all sea-going personnel needed to fulfill federal fisheries obligations of the SEFSC for the geographic area encompassed by the coastal states from North Carolina through Texas, as well as Puerto Rico and the U.S. Virgin Islands in the U.S. Caribbean. These federal fisheries obligations are part of the National Observer Program and are authorized by statute under the Magnuson-Stevens Fishery Conservation and Management Act. The SEFOP operates in Federal reef-fish, shrimp, and pelagic longline fisheries in the Gulf of America, Caribbean and Western North Atlantic Ocean. More than 500 observers are deployed across 11 U.S. observer programs, the majority of which are managed by NOAA Fisheries’ six regional Fisheries Science Centers. Observers act as the sole, independent data source for specific types of information, including bycatch composition and mortality, economic and regulatory discards, as well as gear interactions with marine mammals, seabirds, sea turtles, and many other protected resources. The observer collected data is utilized in various regional stock assessments. SEFSC Observer Services requires the Contractor to provide and retain the necessary qualified personnel, material, services, and facilities (except as otherwise specified) to perform quality environmental, biological, and fisheries operations data collection for SEFSC Observer programs. Responses to this notice must be provided within fifteen (15) calendar days from the date of this notice. Vendors who believe they can meet this requirement are required to submit in writing a proposal and affirmative response demonstrating a comprehensive understanding of the requirement. All written responses must include a written narrative statement of capability, including detailed technical information demonstrating their ability to meet the action requirement, including the extension timeline. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirement. Failure to submit such documentation will result in the Government proceeding as previously stated. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than November 29, 2026 at 2:30 P.M. Pacific Standard Time. The responses must be submitted via e-mail to Contract Specialist, Jamie Abu Shakrah, at Jamie.AbuShakrah@noaa.gov.
FD2020-22-00163-00
1560-01-591-4391FJ TIP,AIRCRAFT 1560-01-592-2578FJ TIP,AIRCRAFT
FD2020-22-00324
1680011689396WF ACTUATOR,ELECTRO-ME 60 IMAGES
Q301--Biodesix, Inc. (621 II) (PENDING PROPOSAL)
Revised Language SCOPE OF SOLICITATION The Federal Supply Schedule (FSS) program is also known as the GSA Schedules Program or the Multiple Award Schedule (MAS) Program. The FSS program is directed and managed by GSA and provides Federal agencies with a simplified process for obtaining commercial supplies and services at prices associated with volume buying. Indefinite-delivery, indefinite quantity contracts are awarded to provide supplies and services at stated prices for given periods of time. GSA has delegated authority to the VA to manage the Schedules for medical supplies under the VA FSS program. This solicitation is for the offering of reference laboratory services for the purpose of providing medical laboratory testing for the diagnosis, prevention, or treatment of a disease or condition and to assess patient health to make clinical decisions for patient care. This solicitation is not for facilities that only collect and/or prepare specimens nor for those facilities that only serve as a mailing service and do not perform testing services. This solicitation is issued to establish contracts which may be used on a nonmandatory basis by eligible users, as a source of supply for the supplies or services described herein, for domestic. Domestic delivery is defined as delivery within the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S. territories . Offerors may be limited to geographic service areas based upon licensing requirements or may offer nationwide delivery. This solicitation further requires that offered prices cover delivery to destinations (i.e. F.O.B. destination) located within the 48 contiguous states and the District of Columbia. Offerors can choose whether or not prices cover delivery f.o.b. destination to Alaska, Hawaii, and the Commonwealth of Puerto Rico. Additionally, the solicitation defines the number of calendar days after receipt of order (ARO) within which delivery must be made. Offerors who cannot provide the required minimum geographic coverage, that is one state, will not be considered for award. As specified in the solicitation, offerors shall comply with all state, federal and local regulations, licenses, permits, and accreditation necessary to manage and conduct preanalytic specimen testing services. Offerors must comply with states that require out of state licenses/permits. Therefore, laboratories conducting clinical testing on specimens originating in a state that requires an out of state license/permit must hold that state s Department of Health (or other governing body) clinical laboratory permit, licenses, etc.  Offerors that are not compliant with the originating state s licensing and/or permit requirement, regardless of location, will not be considered for an award for that specific state. Offerors may not subcontract to another laboratory to circumvent the originating state s requirement for licensing, permits, etc. The offeror, in itself, is required to meet the requirements of the solicitation without the aid of a subcontractor. The Government retains sole discretion to determine the offeror s capability, compliance, and to limit SINs or geographic coverage. Commercial Items Per GSA regulations at 538.271(a), MAS awards are for commercial items as defined in FAR 2.101. Special Item Numbers (SINs): FSS solicitations set forth broad categories of accepted products/services, referred to as Special Item Numbers (SINs), listed in the Continuation of SF1449 in Vendor Response Document 02. Offerors are not required to submit their entire catalog of products/services but are free to choose which items they will offer as long as those items fall within one of the solicitation s pre-defined SIN categories. Items that do not fall within one of these SINs are considered to be out of scope of the solicitation and cannot be awarded. An item s acceptability under the schedule may be further restricted by a determination of fair and reasonable pricing. Offered diagnostic testing services must be categorized under the accepted services referenced under the Special Item Numbers (SINs) and classified as a specialties or subspecialties of tests as defined under the Clinical Laboratory Improvement Amendments of 1988 (CLIA). Please note that items offered are further restricted to those tests with CPT codes. Additionally, FSS will not award any home diagnostic tests under this schedule. Home diagnostic tests/test kits may be proposed under Schedule 65 V II Invitro Diagnostics, Reagents, Test Kits and Test Sets. FDA Regulatory Requirements Reagents used to perform the tests must be FDA cleared, as appropriate, or be identified as a Laboratory Developed Test (LDT). Offerors of tests not in compliance with these requirements shall not be considered for award under this solicitation. New Items vs. Refurbished or Grey Market Goods This solicitation is for the award of new items only. The Contractor shall provide only new equipment and new parts for the required products described herein. Absolutely no grey market goods or refurbished products shall be provided under any delivery order. Grey market goods are defined as genuine branded goods sold outside of an authorized sales-territory (or by non-authorized dealers in an authorized territory) at prices lower than being charged in authorized sales territories (or by authorized dealers). All equipment must be covered by the manufacturer s warranty. Trade Agreements Act The Trade Agreements Act is applicable to all Schedules. In exercising its authority under FAR Part 25, Foreign Acquisition, purchases by Ordering Activities are restricted to either U.S.-made or designated country end products as defined in clause FAR 52.225-5. For the purposes of this services schedule, origin is determined by the country in which the firm providing the service is established, not the location at which the services are performed. Notice of Additional Requirements - Ordering Level In addition to the terms and conditions set forth in this solicitation, the contractor may, in the performance of orders issued under this contract, be responsible for further requirements at the ordering level. For more information on these potential, additional requirements, please see the note in Solicitation Document 01 after FAR clause 52.216-18 Ordering. Please note that the VA does not promote the use of any company s specific Schedule contract. Vendors should be aware that obtaining a VA Schedule contract is not a guarantee of sales. Vendors awarded a VA Schedule contract will need to market their supplies and services to Government customers as they would to commercial customers. A listing of eligible schedule users can be found at on GSA s website at http://gsa.federalschedules.com/resources/eligible-gsa-schedule-users/. Current contract holders do not need to complete sections below: GEOGRAPHIC COVERAGE Current Coverage: List the specific U.S. states, including Alaska, Hawaii, Puerto Rico, Washington D.C., and U.S. territories in which you are currently providing or have provided services relative to this solicitation in the last two years. Enter Nationwide if currently/recently providing nationwide (i.e. domestic delivery) coverage. Proposed Coverage: Offerors may propose to provide service to individual states or nationwide. Respond to each question below regarding proposed coverage. For each choice selected, you must also check the box to verify your submission of the requested supporting documentation. Please note that qualifying supporting documentation means evidence of compliance with all federal, state and local license and certification in accordance with Statement of Work, Section II General Qualifications and Sub-Factor B.1 Organization sub-paragraph (a)(b) - Organizational and Professional Staff. The awards must be for services provided relative to this solicitation in the last two years. Offering Nationwide (i.e. Domestic Delivery) Coverage? YES NO Nationwide coverage includes the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S. territories. In order to be awarded nationwide coverage, you must be able to provide the supporting documentation as stipulated in the Technical Proposal section, Sub-Factor B.1 Organization , sub-paragraph (a) and (b) demonstrating compliance with licensing and accreditation as required by local, state, and federal low of the states. I understand there are Out of State Laboratory requirements such as Business Registration for the State of Alabama and Out of State Laboratory Licenses/Certificates for California, Maryland (for Genetics), New York, Pennsylvania, and Rhode Island. I am providing a valid and active CLIA Certificate of Accreditation I have met the requirements for Out of State Laboratories and providing all required Out of State Laboratory Licenses/Certificates I am providing a valid and active CLIA Certificate of Accreditation for all offered subcontractors I have met the requirements for Out of State Laboratories and providing all required Out of State Laboratory Licenses/Certificates for all offered subcontractor b) Excluding States? YES If yes, respond to the following. I am unable to obtain and/or provide the licenses/certificates for the following states that require Out of State Laboratory Licenses/Certificates, . I have properly identified each test/analysis service with their respective current procedural terminology (CPT) code. If applicable, I have identified all laboratory developed test (LDTs) appropriately.
N0038326Q0038, NIIN 011618379, VALVE, MODULATING, EC
N0038325PR0R906_FMS REPAIR NAVSUP Weapon Systems Support (NAVSUP WSS) Philadelphia intends to solicit on a sole source basis with Sikorsky for the repair of the following: Item: VALVE, MODULATING, EC PN: 70309-23900-103 NSN: 7R 1660011618379 QTY: 1 Item: DAMPENER, VIBRATION PN: 70106-28000-048 NSN: 7R 1615013470735 QTY: 1
FD2020-22-00124
3950014627472AH HOIST FRAME 11 IMAGES
F16_Aircraft_Noun_Trailing_Edge_NSN_1560_01_725_3383_PN_202312284-20
1. JUSTIFICATION FOR ESTABLISHING A QUALIFICATION REQUIREMENT a. Criticality: Production of this Trailing Edge, Aircraft requires engineering source approval by the engineering support activity 416 SCMS/GUEAA in order to maintain the quality of the part. Failure to procure this Trailing Edge, Aircraft from a fully qualified source can result in structural or functional deficiencies that will degrade the mission capability of the F-16 Aircraft. b. Complexity, Manufacturing Processes, and/or Material Considerations: Inadequate control of characteristics associated with machining and processing of this Trailing Edge, Aircraft can result in product structural or durability degradation. Close tolerance matching of components is required. Special care and attention is required for surface finish, assembly, and sealing of this Trailing Edge, Aircraft to assure compliance with specified acceptance test requirements. c. Form, Fit, Function, and Interface: The qualification requirements specified herein are necessary to verify the structural and/or functional integrity and/or fit, form, and interface of the Trailing Edge, Aircraft being procured. 2. REASON WHY QUALIFICATION REQUIREMENT MUST BE DEMONSTRATED PRIOR TO ANY CONTRACT AWARD a. Completion of the specified pre-contract award qualification requirements are necessary to assure the government that the offeror is capable of producing the Trailing Edge, Aircraft in compliance with the applicable technical specification/data within the schedule and economic constraints of our contracts. There are significant technical and schedule risks which can only be minimized by a completion of the requirements prior to contract award. b. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified: $4000. c. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Trailing Edge, Aircraft and other factors.
GSA Fleet Lease Vehicle Auction & Marshalling Services - Helena, MT
REQUEST FOR INFORMATION: GSA Fleet Lease Vehicle Auction & Marshalling Services 1.0 Description The General Services Administration (GSA) Office of Fleet Management (GSA Fleet) has a requirement to acquire contractor support for vehicle auction and marshalling services or marshalling only services for Government vehicles. Services are required in the Helena, MT area. Auction and marshalling site tasks include, but are not limited to: Advise the government on optimal disposition strategy for individual exchange/sale-eligible vehicles worldwide to maximize public participation and net proceeds, to include strategies for specialty (law enforcement, buses, ambulances, medium & heavy trucks, etc.) as well as Zero Emission Vehicles to include battery electric vehicles, plug-in hybrid vehicles and/or fuel cell vehicles. Perform full vehicle inspections and ensure complete condition reporting, imagery capture (including high-definition photo and video, 360° views, etc.), and accurate description writing. Provide recommendations on vehicle repairs and pricing, given vehicle condition, market environment, among any other factors, to ensure the greatest return on investment. Create and execute marketing plans/campaigns to catalog vehicles and announce vehicle sales to the public as required by law, and to advertise to/connect with the broadest possible market audience. Perform electronic inventory management for vehicles and vehicle-related assets (e.g., license plates, removed equipment, telematics devices). Support the creation and management of all required vehicle disposition documentation/records. Conduct activities related to bidder/buyer management, including registration, validation/eligibility checks, etc. Provide end-to-end customer service and support to bidders/buyers throughout the sales process to ensure a seamless, transparent, and customer-centric buying experience. Facilitate and perform payment collection process. Encourage maximum participation by offering a range of non-government affiliated services (retail financing, aftermarket warranties, vehicle enhancement etc.). Store, service and remarket of electric vehicles to include any necessary charging infrastructure. Transport vehicles to and from vendor locations. Prepare vehicles for public inspection and final sales/disposition, including services such as reconditioning, maintenance and repair, as well as equipment removal/disposal, and license plate & government credit card disposal and tracking. Offer industry-aligned services for customers to perform vehicle test drives. Provide state-of-the-art technology that will improve customer experience including enhanced condition reporting, 360° views, video, high-definition photography, etc. Conduct a full and open competitive sales process, including public inspection periods for all vehicles, and any related sale services for exchange/sale property. Ensure and facilitate the security, storage, and release of vehicles from time of receipt until final removal. Manage the logistics of vehicle transportation to bring vehicles to sale. Prepare vehicles for sale, to include vehicle equipment removal/disposal, reconditioning, and repairs. Work with local government entities to facilitate any inspections, documentation, and any other actions required to complete transactions in local markets. Perform electronic inventory management, vehicle inspection, complete condition reporting for vehicles. Offer recommendations on vehicle repairs and pricing, given vehicle condition, local market environment, among any other factors, to ensure the greatest return on investment. Provide customer service to buyers in global markets. Create and execute marketing campaigns for local markets. Offer an internet sales platform with the potential to reach a global audience. Collect proceeds from vehicle sales and if necessary, convert to U.S. dollars. Marshalling only site tasks include, but are not limited to: Transport or resource/transportation of vehicles to and from vendor location (e.g., customer location, OEM dealership, offsite repair facility). Inspect vehicles upon delivery for various factors including but not limited to any damage to the vehicle, all components of the vehicle are accounted for (e.g., keys, floor mats, etc.), and missing equipment. Perform telematics device installation and/or activation on all new vehicles prior to releasing the vehicle to the customer. Validate new vehicles and options to vehicle order information provided by GSA. Perform pre-delivery inspections (PDI) in accordance with the manufacturer’s standards. Prepare new vehicles for customer receipt. Provide driver education for customers including vehicle operation, unique features, infotainment settings, etc. Offer specialized expertise and support on Electric Vehicle management, operation and charging infrastructure. Charge battery-powered vehicles. Maintain all vehicle fuel and charge levels as prescribed in the Statement of Work by GSA. Perform custodial and sales preparation services to facilitate auction house sales of GSA exchange lease vehicles. Process and manage all required vehicle shipment and delivery documentation. Manage scheduled vehicle appointments and ensure accurate vehicle exchanges. Perform all necessary tasks associated with confirming vehicle assignment and termination to and from the customer as prescribed by GSA. Provide end-to-end customer service and support to GSA Fleet and customer agencies throughout the marshalling process to ensure a seamless and transparent delivery and exchange process. Fulfill proper disposal of old/expired plates both front and back as prescribed by GSA. Perform electronic inventory management for vehicles. Ensure and facilitate the security, storage and inventory control of vehicles, license plates, credit cards and other assets from time of receipt until final removal. Scale charging capabilities to meet the needs of increasing electric vehicle adoption. Place of Performance The General Services Administration (GSA) Office of Fleet Management (GSA Fleet) has a requirement to acquire contractor support for vehicle auction and marshalling services or marshalling only services for Government vehicles. Services are required in the Helena, MT. Interested parties must be located no more than 50 miles from the Helena, MT area. Period of Performance On or about October 1, 2026 – September 30, 2030 (Base plus 3 option years) 2.0 Background GSA Fleet provides a full-service fleet management program providing transportation solutions to partner agencies worldwide across the U.S. Federal government. It maintains a diverse fleet of over 227,000 vehicles, including light, medium, and heavy-duty vehicles, to include sedans, SUVs, vans, trucks, buses, ambulances, and law enforcement vehicles. Vehicles range from gasoline and diesel fueled vehicles to alternative fuel vehicles (AFVs), such as electric vehicles (EVs) to low-speed electric vehicles (LSEV’s) and non-powered vehicles and trailers. Nationally, GSA Fleet orders and receives on average 30,000+ vehicles from suppliers annually. As GSA Fleet is responsible for the disposition of its vehicles, it then remarkets and sells the used vehicles across the United States and its territories, Japan, and Europe. Its vehicles are sold under the exchange/sale authority of 41 CFR 102-39. This authority aims to expedite the disposal process and maximize proceeds in the most cost-effective manner to the U.S. taxpayer. To achieve this objective, GSA Fleet currently sells its used vehicles via live and online auctions worldwide, leveraging its contracts with commercial vendors to carry out all auction-related services. These auctions must adhere to all legal and regulatory requirements. They must also be open to the general public and provide an equal opportunity for individuals, businesses, government entities, and other organizations to take part in a zero-fee, fully open, and competitive sales process. To facilitate this process, GSA Fleet employs its vehicle remarketing specialists, who are warranted sales contracting officers (SCOs) and experts in the sales of its vehicles, to work with its vendors to approve repairs, pricing, as well as carry out and approve each sale to maximize net proceeds. As the used vehicle marketspace continues to evolve, GSA Fleet seeks to better align its current sales model with industry and is seeking industry to provide their best practices, strategies, platforms, and expertise to modernize and streamline GSA’s public vehicle sales model in the most cost-effective manner possible. GSA Fleet welcomes exploring new sales pathways, including retail sales, as options to broaden its market presence, expand public participation in its sales, and increase overall net proceeds. Given the increase in the number of electric vehicles in the Federal fleet, GSA aims to especially leverage vendor expertise in this critical area. It also hopes to expand its geographic footprint in locations where it currently does not have coverage or expertise. 3.0 Responses 3.1 Responses: Interested parties are required to respond to this RFI with submissions in a Microsoft Word (.doc or .docx) compatible format and/or .pdf format. Respondents are requested to provide the information in paragraph 3.3. Respondents may provide supporting documentation along with their submissions. Responses shall be limited to no more than 15 pages for the entire submission (including company information, answers to technical questions, supporting documentation, etc.). Please follow the directions below for developing and submitting a response to this RFI. Page Maximum - 15 pages Font - Calibri, Arial or Times New Roman Font Size - 11 Line Spacing - Single 3.2 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become government property and will not be returned. In addition to government employees, government support contractors may review and evaluate the whitepaper submission(s). If this is a concern for your company, please address it in the list of questions due to the government as noted in paragraph 5.0. 3.3 Company Information. The response should provide the following information: 3.3.1 Contact Information: Company name, mailing address, overnight delivery address (if different from mailing address), phone number, and email of designated point of contact. 3.3.2 Is the company registered within the System for Award Management - SAM.gov? (Y/N) If yes, what is your SAM Unique Entity Identifier (UEI)? 3.3.3 Are you able to provide: Only auction services? Only marshalling services? Or both auction and marshalling services? Please provide number of vehicles annually and types of vehicles (vehicle types/vehicle classes) sold/marshalled. If applicable, how many sales do you conduct in a typical year and at what frequency? Please list and provide numbers by sale type (physical auction, online only, etc.). Are there any types of vehicles you will not sell? What is the average vehicle age and mileage of the vehicles you sell? Do you specialize in salvage/junk vehicle sales? 3.3.4 Where are you located in reference to the Helena, MT area? (# of miles) 3.3.5 NAICS code and socio-economic status, if applicable. 4.0 Meetings and Discussions The government representatives may or may not choose to meet with respondents to this RFI. Such meetings and discussions would only be intended to get further clarification of potential capability to meet the requirements. 5.0 Questions Any questions related to the RFI are due to the government no later than December 1, 2025, with the subject line, “Questions for RFI – 47QMCA26N0005” no later than 12:00 p.m. Eastern and must be submitted via e-mail only to the following government Points of Contact (POCs): • allison.wiede-brown@gsa.gov Questions regarding this announcement shall be submitted in writing. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. Questions received after December 1, 2025, will not be considered. 6.0 Response Due Date RFI responses are due December 1, 2025, with the subject line, “Response for RFI – 47QMCA26N0005” no later than 12:00 p.m. Eastern and must be submitted via email only to the following government Points of Contact (POCs): • allison.wiede-brown@gsa.gov Responses received after the due date and time will not be considered. 7.0 Summary THIS IS NOT A SOLICITATION: The government is not obligated to make an award as a result of this request. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY and is for informational purposes only; this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists, and a formal solicitation will not be issued by the Government as a result of the responses to this RFI. The government will not be liable for payment of any preparation expenses in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to, or as a result of this announcement will NOT be reimbursed. The information provided will be used by the government for the purpose of conducting market research. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. It is the responsibility of the interested parties to monitor the website for additional information pertaining to this RFI. The information provided in the RFI is subject to change and is not binding on the government. GSA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become government property and will not be returned.
GSA Fleet Lease Vehicle Auction & Marshalling Services - Bismark, ND
REQUEST FOR INFORMATION: GSA Fleet Lease Vehicle Auction & Marshalling Services 1.0 Description The General Services Administration (GSA) Office of Fleet Management (GSA Fleet) has a requirement to acquire contractor support for vehicle auction and marshalling services or marshalling only services for Government vehicles. Services are required in the Bismark, ND area. Auction and marshalling site tasks include, but are not limited to: Advise the government on optimal disposition strategy for individual exchange/sale-eligible vehicles worldwide to maximize public participation and net proceeds, to include strategies for specialty (law enforcement, buses, ambulances, medium & heavy trucks, etc.) as well as Zero Emission Vehicles to include battery electric vehicles, plug-in hybrid vehicles and/or fuel cell vehicles. Perform full vehicle inspections and ensure complete condition reporting, imagery capture (including high-definition photo and video, 360° views, etc.), and accurate description writing. Provide recommendations on vehicle repairs and pricing, given vehicle condition, market environment, among any other factors, to ensure the greatest return on investment. Create and execute marketing plans/campaigns to catalog vehicles and announce vehicle sales to the public as required by law, and to advertise to/connect with the broadest possible market audience. Perform electronic inventory management for vehicles and vehicle-related assets (e.g., license plates, removed equipment, telematics devices). Support the creation and management of all required vehicle disposition documentation/records. Conduct activities related to bidder/buyer management, including registration, validation/eligibility checks, etc. Provide end-to-end customer service and support to bidders/buyers throughout the sales process to ensure a seamless, transparent, and customer-centric buying experience. Facilitate and perform payment collection process. Encourage maximum participation by offering a range of non-government affiliated services (retail financing, aftermarket warranties, vehicle enhancement etc.). Store, service and remarket of electric vehicles to include any necessary charging infrastructure. Transport vehicles to and from vendor locations. Prepare vehicles for public inspection and final sales/disposition, including services such as reconditioning, maintenance and repair, as well as equipment removal/disposal, and license plate & government credit card disposal and tracking. Offer industry-aligned services for customers to perform vehicle test drives. Provide state-of-the-art technology that will improve customer experience including enhanced condition reporting, 360° views, video, high-definition photography, etc. Conduct a full and open competitive sales process, including public inspection periods for all vehicles, and any related sale services for exchange/sale property. Ensure and facilitate the security, storage, and release of vehicles from time of receipt until final removal. Manage the logistics of vehicle transportation to bring vehicles to sale. Prepare vehicles for sale, to include vehicle equipment removal/disposal, reconditioning, and repairs. Work with local government entities to facilitate any inspections, documentation, and any other actions required to complete transactions in local markets. Perform electronic inventory management, vehicle inspection, complete condition reporting for vehicles. Offer recommendations on vehicle repairs and pricing, given vehicle condition, local market environment, among any other factors, to ensure the greatest return on investment. Provide customer service to buyers in global markets. Create and execute marketing campaigns for local markets. Offer an internet sales platform with the potential to reach a global audience. Collect proceeds from vehicle sales and if necessary, convert to U.S. dollars. Marshalling only site tasks include, but are not limited to: Transport or resource/transportation of vehicles to and from vendor location (e.g., customer location, OEM dealership, offsite repair facility). Inspect vehicles upon delivery for various factors including but not limited to any damage to the vehicle, all components of the vehicle are accounted for (e.g., keys, floor mats, etc.), and missing equipment. Perform telematics device installation and/or activation on all new vehicles prior to releasing the vehicle to the customer. Validate new vehicles and options to vehicle order information provided by GSA. Perform pre-delivery inspections (PDI) in accordance with the manufacturer’s standards. Prepare new vehicles for customer receipt. Provide driver education for customers including vehicle operation, unique features, infotainment settings, etc. Offer specialized expertise and support on Electric Vehicle management, operation and charging infrastructure. Charge battery-powered vehicles. Maintain all vehicle fuel and charge levels as prescribed in the Statement of Work by GSA. Perform custodial and sales preparation services to facilitate auction house sales of GSA exchange lease vehicles. Process and manage all required vehicle shipment and delivery documentation. Manage scheduled vehicle appointments and ensure accurate vehicle exchanges. Perform all necessary tasks associated with confirming vehicle assignment and termination to and from the customer as prescribed by GSA. Provide end-to-end customer service and support to GSA Fleet and customer agencies throughout the marshalling process to ensure a seamless and transparent delivery and exchange process. Fulfill proper disposal of old/expired plates both front and back as prescribed by GSA. Perform electronic inventory management for vehicles. Ensure and facilitate the security, storage and inventory control of vehicles, license plates, credit cards and other assets from time of receipt until final removal. Scale charging capabilities to meet the needs of increasing electric vehicle adoption. Place of Performance The General Services Administration (GSA) Office of Fleet Management (GSA Fleet) has a requirement to acquire contractor support for vehicle auction and marshalling services or marshalling only services for Government vehicles. Services are required in the Bismark, ND. Interested parties must be located no more than 50 miles from the Bismark, ND area. Period of Performance On or about October 1, 2026 – September 30, 2030 (Base plus 3 option years) 2.0 Background GSA Fleet provides a full-service fleet management program providing transportation solutions to partner agencies worldwide across the U.S. Federal government. It maintains a diverse fleet of over 227,000 vehicles, including light, medium, and heavy-duty vehicles, to include sedans, SUVs, vans, trucks, buses, ambulances, and law enforcement vehicles. Vehicles range from gasoline and diesel fueled vehicles to alternative fuel vehicles (AFVs), such as electric vehicles (EVs) to low-speed electric vehicles (LSEV’s) and non-powered vehicles and trailers. Nationally, GSA Fleet orders and receives on average 30,000+ vehicles from suppliers annually. As GSA Fleet is responsible for the disposition of its vehicles, it then remarkets and sells the used vehicles across the United States and its territories, Japan, and Europe. Its vehicles are sold under the exchange/sale authority of 41 CFR 102-39. This authority aims to expedite the disposal process and maximize proceeds in the most cost-effective manner to the U.S. taxpayer. To achieve this objective, GSA Fleet currently sells its used vehicles via live and online auctions worldwide, leveraging its contracts with commercial vendors to carry out all auction-related services. These auctions must adhere to all legal and regulatory requirements. They must also be open to the general public and provide an equal opportunity for individuals, businesses, government entities, and other organizations to take part in a zero-fee, fully open, and competitive sales process. To facilitate this process, GSA Fleet employs its vehicle remarketing specialists, who are warranted sales contracting officers (SCOs) and experts in the sales of its vehicles, to work with its vendors to approve repairs, pricing, as well as carry out and approve each sale to maximize net proceeds. As the used vehicle marketspace continues to evolve, GSA Fleet seeks to better align its current sales model with industry and is seeking industry to provide their best practices, strategies, platforms, and expertise to modernize and streamline GSA’s public vehicle sales model in the most cost-effective manner possible. GSA Fleet welcomes exploring new sales pathways, including retail sales, as options to broaden its market presence, expand public participation in its sales, and increase overall net proceeds. Given the increase in the number of electric vehicles in the Federal fleet, GSA aims to especially leverage vendor expertise in this critical area. It also hopes to expand its geographic footprint in locations where it currently does not have coverage or expertise. 3.0 Responses 3.1 Responses: Interested parties are required to respond to this RFI with submissions in a Microsoft Word (.doc or .docx) compatible format and/or .pdf format. Respondents are requested to provide the information in paragraph 3.3. Respondents may provide supporting documentation along with their submissions. Responses shall be limited to no more than 15 pages for the entire submission (including company information, answers to technical questions, supporting documentation, etc.). Please follow the directions below for developing and submitting a response to this RFI. Page Maximum - 15 Font - Calibri, Arial or Times New Roman Font Size - 11 Line Spacing - single 3.2 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become government property and will not be returned. In addition to government employees, government support contractors may review and evaluate the whitepaper submission(s). If this is a concern for your company, please address it in the list of questions due to the government as noted in paragraph 5.0. 3.3 Company Information. The response should provide the following information: 3.3.1 Contact Information: Company name, mailing address, overnight delivery address (if different from mailing address), phone number, and email of designated point of contact. 3.3.2 Is the company registered within the System for Award Management - SAM.gov? (Y/N) If yes, what is your SAM Unique Entity Identifier (UEI)? 3.3.3 Are you able to provide: Only auction services? Only marshalling services? Or both auction and marshalling services? Please provide number of vehicles annually and types of vehicles (vehicle types/vehicle classes) sold/marshalled. If applicable, how many sales do you conduct in a typical year and at what frequency? Please list and provide numbers by sale type (physical auction, online only, etc.). Are there any types of vehicles you will not sell? What is the average vehicle age and mileage of the vehicles you sell? Do you specialize in salvage/junk vehicle sales? 3.3.4 Where are you located in reference to the Bismark, ND area? (# of miles) 3.3.5 NAICS code and socio-economic status, if applicable. 4.0 Meetings and Discussions The government representatives may or may not choose to meet with respondents to this RFI. Such meetings and discussions would only be intended to get further clarification of potential capability to meet the requirements. 5.0 Questions Any questions related to the RFI are due to the government no later than December 1, 2025, with the subject line, “Questions for RFI – 47QMCA26N0006” no later than 12:00 p.m. Eastern and must be submitted via e-mail only to the following government Points of Contact (POCs): • allison.wiede-brown@gsa.gov Questions regarding this announcement shall be submitted in writing. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. Questions received after December 1, 2025, will not be considered. 6.0 Response Due Date RFI responses are due December 1, 2025, with the subject line, “Response for RFI – 47QMCA26N0006” no later than 12:00 p.m. Eastern and must be submitted via email only to the following government Points of Contact (POCs): • allison.wiede-brown@gsa.gov Responses received after the due date and time will not be considered. 7.0 Summary THIS IS NOT A SOLICITATION: The government is not obligated to make an award as a result of this request. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY and is for informational purposes only; this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists, and a formal solicitation will not be issued by the Government as a result of the responses to this RFI. The government will not be liable for payment of any preparation expenses in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to, or as a result of this announcement will NOT be reimbursed. The information provided will be used by the government for the purpose of conducting market research. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. It is the responsibility of the interested parties to monitor the website for additional information pertaining to this RFI. The information provided in the RFI is subject to change and is not binding on the government. GSA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become government property and will not be returned.
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 4-2025 (OM25278)
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 4-2025 (OM25278) The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed at the Mississippi River Southwest Pass Area and possibly in other areas of the New Orleans District. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 9 December 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 3-2025 (OM25277)
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 3-2025 (OM25277) The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed at the Mississippi River Southwest Pass Area and possibly in other areas of the New Orleans District. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 9 December 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 2-2025 (OM25276)
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 2-2025 (OM25276) The work consists of furnishing one fully crewed and equipped cutterhead dredge, with a dredge discharge size of 30 inches or greater inside diameter (ID), complete in all respects, including all attendant plant, and crew. Work will be performed at the Mississippi River Southwest Pass Area and possibly in other areas of the New Orleans District. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. This solicitation will be issued on or about 9 December 2024 and a bid opening date will be established in a future amendment. The solicitation documents for this procurement will be posted on Sam.gov. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).
GSA Fleet Lease Vehicle Auction & Marshalling Services - Bismark, ND
REQUEST FOR INFORMATION: GSA Fleet Lease Vehicle Auction & Marshalling Services 1.0 Description The General Services Administration (GSA) Office of Fleet Management (GSA Fleet) has a requirement to acquire contractor support for vehicle auction and marshalling services or marshalling only services for Government vehicles. Services are required in the Bismark, ND area. Auction and marshalling site tasks include, but are not limited to: Advise the government on optimal disposition strategy for individual exchange/sale-eligible vehicles worldwide to maximize public participation and net proceeds, to include strategies for specialty (law enforcement, buses, ambulances, medium & heavy trucks, etc.) as well as Zero Emission Vehicles to include battery electric vehicles, plug-in hybrid vehicles and/or fuel cell vehicles. Perform full vehicle inspections and ensure complete condition reporting, imagery capture (including high-definition photo and video, 360° views, etc.), and accurate description writing. Provide recommendations on vehicle repairs and pricing, given vehicle condition, market environment, among any other factors, to ensure the greatest return on investment. Create and execute marketing plans/campaigns to catalog vehicles and announce vehicle sales to the public as required by law, and to advertise to/connect with the broadest possible market audience. Perform electronic inventory management for vehicles and vehicle-related assets (e.g., license plates, removed equipment, telematics devices). Support the creation and management of all required vehicle disposition documentation/records. Conduct activities related to bidder/buyer management, including registration, validation/eligibility checks, etc. Provide end-to-end customer service and support to bidders/buyers throughout the sales process to ensure a seamless, transparent, and customer-centric buying experience. Facilitate and perform payment collection process. Encourage maximum participation by offering a range of non-government affiliated services (retail financing, aftermarket warranties, vehicle enhancement etc.). Store, service and remarket of electric vehicles to include any necessary charging infrastructure. Transport vehicles to and from vendor locations. Prepare vehicles for public inspection and final sales/disposition, including services such as reconditioning, maintenance and repair, as well as equipment removal/disposal, and license plate & government credit card disposal and tracking. Offer industry-aligned services for customers to perform vehicle test drives. Provide state-of-the-art technology that will improve customer experience including enhanced condition reporting, 360° views, video, high-definition photography, etc. Conduct a full and open competitive sales process, including public inspection periods for all vehicles, and any related sale services for exchange/sale property. Ensure and facilitate the security, storage, and release of vehicles from time of receipt until final removal. Manage the logistics of vehicle transportation to bring vehicles to sale. Prepare vehicles for sale, to include vehicle equipment removal/disposal, reconditioning, and repairs. Work with local government entities to facilitate any inspections, documentation, and any other actions required to complete transactions in local markets. Perform electronic inventory management, vehicle inspection, complete condition reporting for vehicles. Offer recommendations on vehicle repairs and pricing, given vehicle condition, local market environment, among any other factors, to ensure the greatest return on investment. Provide customer service to buyers in global markets. Create and execute marketing campaigns for local markets. Offer an internet sales platform with the potential to reach a global audience. Collect proceeds from vehicle sales and if necessary, convert to U.S. dollars. Marshalling only site tasks include, but are not limited to: Transport or resource/transportation of vehicles to and from vendor location (e.g., customer location, OEM dealership, offsite repair facility). Inspect vehicles upon delivery for various factors including but not limited to any damage to the vehicle, all components of the vehicle are accounted for (e.g., keys, floor mats, etc.), and missing equipment. Perform telematics device installation and/or activation on all new vehicles prior to releasing the vehicle to the customer. Validate new vehicles and options to vehicle order information provided by GSA. Perform pre-delivery inspections (PDI) in accordance with the manufacturer’s standards. Prepare new vehicles for customer receipt. Provide driver education for customers including vehicle operation, unique features, infotainment settings, etc. Offer specialized expertise and support on Electric Vehicle management, operation and charging infrastructure. Charge battery-powered vehicles. Maintain all vehicle fuel and charge levels as prescribed in the Statement of Work by GSA. Perform custodial and sales preparation services to facilitate auction house sales of GSA exchange lease vehicles. Process and manage all required vehicle shipment and delivery documentation. Manage scheduled vehicle appointments and ensure accurate vehicle exchanges. Perform all necessary tasks associated with confirming vehicle assignment and termination to and from the customer as prescribed by GSA. Provide end-to-end customer service and support to GSA Fleet and customer agencies throughout the marshalling process to ensure a seamless and transparent delivery and exchange process. Fulfill proper disposal of old/expired plates both front and back as prescribed by GSA. Perform electronic inventory management for vehicles. Ensure and facilitate the security, storage and inventory control of vehicles, license plates, credit cards and other assets from time of receipt until final removal. Scale charging capabilities to meet the needs of increasing electric vehicle adoption. Place of Performance The General Services Administration (GSA) Office of Fleet Management (GSA Fleet) has a requirement to acquire contractor support for vehicle auction and marshalling services or marshalling only services for Government vehicles. Services are required in the Bismark, ND. Interested parties must be located no more than 50 miles from the Bismark, ND area. Period of Performance On or about October 1, 2026 – September 30, 2026 2.0 Background GSA Fleet provides a full-service fleet management program providing transportation solutions to partner agencies worldwide across the U.S. Federal government. It maintains a diverse fleet of over 227,000 vehicles, including light, medium, and heavy-duty vehicles, to include sedans, SUVs, vans, trucks, buses, ambulances, and law enforcement vehicles. Vehicles range from gasoline and diesel fueled vehicles to alternative fuel vehicles (AFVs), such as electric vehicles (EVs) to low-speed electric vehicles (LSEV’s) and non-powered vehicles and trailers. Nationally, GSA Fleet orders and receives on average 30,000+ vehicles from suppliers annually. As GSA Fleet is responsible for the disposition of its vehicles, it then remarkets and sells the used vehicles across the United States and its territories, Japan, and Europe. Its vehicles are sold under the exchange/sale authority of 41 CFR 102-39. This authority aims to expedite the disposal process and maximize proceeds in the most cost-effective manner to the U.S. taxpayer. To achieve this objective, GSA Fleet currently sells its used vehicles via live and online auctions worldwide, leveraging its contracts with commercial vendors to carry out all auction-related services. These auctions must adhere to all legal and regulatory requirements. They must also be open to the general public and provide an equal opportunity for individuals, businesses, government entities, and other organizations to take part in a zero-fee, fully open, and competitive sales process. To facilitate this process, GSA Fleet employs its vehicle remarketing specialists, who are warranted sales contracting officers (SCOs) and experts in the sales of its vehicles, to work with its vendors to approve repairs, pricing, as well as carry out and approve each sale to maximize net proceeds. As the used vehicle marketspace continues to evolve, GSA Fleet seeks to better align its current sales model with industry and is seeking industry to provide their best practices, strategies, platforms, and expertise to modernize and streamline GSA’s public vehicle sales model in the most cost-effective manner possible. GSA Fleet welcomes exploring new sales pathways, including retail sales, as options to broaden its market presence, expand public participation in its sales, and increase overall net proceeds. Given the increase in the number of electric vehicles in the Federal fleet, GSA aims to especially leverage vendor expertise in this critical area. It also hopes to expand its geographic footprint in locations where it currently does not have coverage or expertise. 3.0 Responses 3.1 Responses: Interested parties are required to respond to this RFI with submissions in a Microsoft Word (.doc or .docx) compatible format and/or .pdf format. Respondents are requested to provide the information in paragraph 3.3. Respondents may provide supporting documentation along with their submissions. Responses shall be limited to no more than 15 pages for the entire submission (including company information, answers to technical questions, supporting documentation, etc.). Please follow the directions below for developing and submitting a response to this RFI. Page Maximum - 15 Font - Calibri, Arial or Times New Roman Font Size - 11 Line Spacing - single 3.2 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become government property and will not be returned. In addition to government employees, government support contractors may review and evaluate the whitepaper submission(s). If this is a concern for your company, please address it in the list of questions due to the government as noted in paragraph 5.0. 3.3 Company Information. The response should provide the following information: 3.3.1 Contact Information: Company name, mailing address, overnight delivery address (if different from mailing address), phone number, and email of designated point of contact. 3.3.2 Is the company registered within the System for Award Management - SAM.gov? (Y/N) If yes, what is your SAM Unique Entity Identifier (UEI)? 3.3.3 Are you able to provide: Only auction services? Only marshalling services? Or both auction and marshalling services? Please provide number of vehicles annually and types of vehicles (vehicle types/vehicle classes) sold/marshalled. If applicable, how many sales do you conduct in a typical year and at what frequency? Please list and provide numbers by sale type (physical auction, online only, etc.). Are there any types of vehicles you will not sell? What is the average vehicle age and mileage of the vehicles you sell? Do you specialize in salvage/junk vehicle sales? 3.3.4 Where are you located in reference to the Bismark, ND area? (# of miles) 3.3.5 NAICS code and socio-economic status, if applicable. 4.0 Meetings and Discussions The government representatives may or may not choose to meet with respondents to this RFI. Such meetings and discussions would only be intended to get further clarification of potential capability to meet the requirements. 5.0 Questions Any questions related to the RFI are due to the government no later than December 1, 2025, with the subject line, “Questions for RFI – 47QMCA26N0006” no later than 12:00 p.m. Eastern and must be submitted via e-mail only to the following government Points of Contact (POCs): • allison.wiede-brown@gsa.gov Questions regarding this announcement shall be submitted in writing. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. Questions received after December 1, 2025, will not be considered. 6.0 Response Due Date RFI responses are due December 1, 2025, with the subject line, “Response for RFI – 47QMCA26N0006” no later than 12:00 p.m. Eastern and must be submitted via email only to the following government Points of Contact (POCs): • allison.wiede-brown@gsa.gov Responses received after the due date and time will not be considered. 7.0 Summary THIS IS NOT A SOLICITATION: The government is not obligated to make an award as a result of this request. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY and is for informational purposes only; this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists, and a formal solicitation will not be issued by the Government as a result of the responses to this RFI. The government will not be liable for payment of any preparation expenses in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to, or as a result of this announcement will NOT be reimbursed. The information provided will be used by the government for the purpose of conducting market research. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. It is the responsibility of the interested parties to monitor the website for additional information pertaining to this RFI. The information provided in the RFI is subject to change and is not binding on the government. GSA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become government property and will not be returned.
GSA Fleet Lease Vehicle Auction & Marshalling Services - Helena, MT
REQUEST FOR INFORMATION: GSA Fleet Lease Vehicle Auction & Marshalling Services 1.0 Description The General Services Administration (GSA) Office of Fleet Management (GSA Fleet) has a requirement to acquire contractor support for vehicle auction and marshalling services or marshalling only services for Government vehicles. Services are required in the Helena, MT area. Auction and marshalling site tasks include, but are not limited to: Advise the government on optimal disposition strategy for individual exchange/sale-eligible vehicles worldwide to maximize public participation and net proceeds, to include strategies for specialty (law enforcement, buses, ambulances, medium & heavy trucks, etc.) as well as Zero Emission Vehicles to include battery electric vehicles, plug-in hybrid vehicles and/or fuel cell vehicles. Perform full vehicle inspections and ensure complete condition reporting, imagery capture (including high-definition photo and video, 360° views, etc.), and accurate description writing. Provide recommendations on vehicle repairs and pricing, given vehicle condition, market environment, among any other factors, to ensure the greatest return on investment. Create and execute marketing plans/campaigns to catalog vehicles and announce vehicle sales to the public as required by law, and to advertise to/connect with the broadest possible market audience. Perform electronic inventory management for vehicles and vehicle-related assets (e.g., license plates, removed equipment, telematics devices). Support the creation and management of all required vehicle disposition documentation/records. Conduct activities related to bidder/buyer management, including registration, validation/eligibility checks, etc. Provide end-to-end customer service and support to bidders/buyers throughout the sales process to ensure a seamless, transparent, and customer-centric buying experience. Facilitate and perform payment collection process. Encourage maximum participation by offering a range of non-government affiliated services (retail financing, aftermarket warranties, vehicle enhancement etc.). Store, service and remarket of electric vehicles to include any necessary charging infrastructure. Transport vehicles to and from vendor locations. Prepare vehicles for public inspection and final sales/disposition, including services such as reconditioning, maintenance and repair, as well as equipment removal/disposal, and license plate & government credit card disposal and tracking. Offer industry-aligned services for customers to perform vehicle test drives. Provide state-of-the-art technology that will improve customer experience including enhanced condition reporting, 360° views, video, high-definition photography, etc. Conduct a full and open competitive sales process, including public inspection periods for all vehicles, and any related sale services for exchange/sale property. Ensure and facilitate the security, storage, and release of vehicles from time of receipt until final removal. Manage the logistics of vehicle transportation to bring vehicles to sale. Prepare vehicles for sale, to include vehicle equipment removal/disposal, reconditioning, and repairs. Work with local government entities to facilitate any inspections, documentation, and any other actions required to complete transactions in local markets. Perform electronic inventory management, vehicle inspection, complete condition reporting for vehicles. Offer recommendations on vehicle repairs and pricing, given vehicle condition, local market environment, among any other factors, to ensure the greatest return on investment. Provide customer service to buyers in global markets. Create and execute marketing campaigns for local markets. Offer an internet sales platform with the potential to reach a global audience. Collect proceeds from vehicle sales and if necessary, convert to U.S. dollars. Marshalling only site tasks include, but are not limited to: Transport or resource/transportation of vehicles to and from vendor location (e.g., customer location, OEM dealership, offsite repair facility). Inspect vehicles upon delivery for various factors including but not limited to any damage to the vehicle, all components of the vehicle are accounted for (e.g., keys, floor mats, etc.), and missing equipment. Perform telematics device installation and/or activation on all new vehicles prior to releasing the vehicle to the customer. Validate new vehicles and options to vehicle order information provided by GSA. Perform pre-delivery inspections (PDI) in accordance with the manufacturer’s standards. Prepare new vehicles for customer receipt. Provide driver education for customers including vehicle operation, unique features, infotainment settings, etc. Offer specialized expertise and support on Electric Vehicle management, operation and charging infrastructure. Charge battery-powered vehicles. Maintain all vehicle fuel and charge levels as prescribed in the Statement of Work by GSA. Perform custodial and sales preparation services to facilitate auction house sales of GSA exchange lease vehicles. Process and manage all required vehicle shipment and delivery documentation. Manage scheduled vehicle appointments and ensure accurate vehicle exchanges. Perform all necessary tasks associated with confirming vehicle assignment and termination to and from the customer as prescribed by GSA. Provide end-to-end customer service and support to GSA Fleet and customer agencies throughout the marshalling process to ensure a seamless and transparent delivery and exchange process. Fulfill proper disposal of old/expired plates both front and back as prescribed by GSA. Perform electronic inventory management for vehicles. Ensure and facilitate the security, storage and inventory control of vehicles, license plates, credit cards and other assets from time of receipt until final removal. Scale charging capabilities to meet the needs of increasing electric vehicle adoption. Place of Performance The General Services Administration (GSA) Office of Fleet Management (GSA Fleet) has a requirement to acquire contractor support for vehicle auction and marshalling services or marshalling only services for Government vehicles. Services are required in the Helena, MT. Interested parties must be located no more than 50 miles from the Helena, MT area. Period of Performance On or about October 1, 2026 – September 30, 2026 2.0 Background GSA Fleet provides a full-service fleet management program providing transportation solutions to partner agencies worldwide across the U.S. Federal government. It maintains a diverse fleet of over 227,000 vehicles, including light, medium, and heavy-duty vehicles, to include sedans, SUVs, vans, trucks, buses, ambulances, and law enforcement vehicles. Vehicles range from gasoline and diesel fueled vehicles to alternative fuel vehicles (AFVs), such as electric vehicles (EVs) to low-speed electric vehicles (LSEV’s) and non-powered vehicles and trailers. Nationally, GSA Fleet orders and receives on average 30,000+ vehicles from suppliers annually. As GSA Fleet is responsible for the disposition of its vehicles, it then remarkets and sells the used vehicles across the United States and its territories, Japan, and Europe. Its vehicles are sold under the exchange/sale authority of 41 CFR 102-39. This authority aims to expedite the disposal process and maximize proceeds in the most cost-effective manner to the U.S. taxpayer. To achieve this objective, GSA Fleet currently sells its used vehicles via live and online auctions worldwide, leveraging its contracts with commercial vendors to carry out all auction-related services. These auctions must adhere to all legal and regulatory requirements. They must also be open to the general public and provide an equal opportunity for individuals, businesses, government entities, and other organizations to take part in a zero-fee, fully open, and competitive sales process. To facilitate this process, GSA Fleet employs its vehicle remarketing specialists, who are warranted sales contracting officers (SCOs) and experts in the sales of its vehicles, to work with its vendors to approve repairs, pricing, as well as carry out and approve each sale to maximize net proceeds. As the used vehicle marketspace continues to evolve, GSA Fleet seeks to better align its current sales model with industry and is seeking industry to provide their best practices, strategies, platforms, and expertise to modernize and streamline GSA’s public vehicle sales model in the most cost-effective manner possible. GSA Fleet welcomes exploring new sales pathways, including retail sales, as options to broaden its market presence, expand public participation in its sales, and increase overall net proceeds. Given the increase in the number of electric vehicles in the Federal fleet, GSA aims to especially leverage vendor expertise in this critical area. It also hopes to expand its geographic footprint in locations where it currently does not have coverage or expertise. 3.0 Responses 3.1 Responses: Interested parties are required to respond to this RFI with submissions in a Microsoft Word (.doc or .docx) compatible format and/or .pdf format. Respondents are requested to provide the information in paragraph 3.3. Respondents may provide supporting documentation along with their submissions. Responses shall be limited to no more than 15 pages for the entire submission (including company information, answers to technical questions, supporting documentation, etc.). Please follow the directions below for developing and submitting a response to this RFI. Page Maximum - 15 pages Font - Calibri, Arial or Times New Roman Font Size - 11 Line Spacing - Single 3.2 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become government property and will not be returned. In addition to government employees, government support contractors may review and evaluate the whitepaper submission(s). If this is a concern for your company, please address it in the list of questions due to the government as noted in paragraph 5.0. 3.3 Company Information. The response should provide the following information: 3.3.1 Contact Information: Company name, mailing address, overnight delivery address (if different from mailing address), phone number, and email of designated point of contact. 3.3.2 Is the company registered within the System for Award Management - SAM.gov? (Y/N) If yes, what is your SAM Unique Entity Identifier (UEI)? 3.3.3 Are you able to provide: Only auction services? Only marshalling services? Or both auction and marshalling services? Please provide number of vehicles annually and types of vehicles (vehicle types/vehicle classes) sold/marshalled. If applicable, how many sales do you conduct in a typical year and at what frequency? Please list and provide numbers by sale type (physical auction, online only, etc.). Are there any types of vehicles you will not sell? What is the average vehicle age and mileage of the vehicles you sell? Do you specialize in salvage/junk vehicle sales? 3.3.4 Where are you located in reference to the Helena, MT area? (# of miles) 3.3.5 NAICS code and socio-economic status, if applicable. 4.0 Meetings and Discussions The government representatives may or may not choose to meet with respondents to this RFI. Such meetings and discussions would only be intended to get further clarification of potential capability to meet the requirements. 5.0 Questions Any questions related to the RFI are due to the government no later than December 1, 2025, with the subject line, “Questions for RFI – 47QMCA26N0005” no later than 12:00 p.m. Eastern and must be submitted via e-mail only to the following government Points of Contact (POCs): • allison.wiede-brown@gsa.gov Questions regarding this announcement shall be submitted in writing. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. Questions received after December 1, 2025, will not be considered. 6.0 Response Due Date RFI responses are due December 1, 2025, with the subject line, “Response for RFI – 47QMCA26N0005” no later than 12:00 p.m. Eastern and must be submitted via email only to the following government Points of Contact (POCs): • allison.wiede-brown@gsa.gov Responses received after the due date and time will not be considered. 7.0 Summary THIS IS NOT A SOLICITATION: The government is not obligated to make an award as a result of this request. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY and is for informational purposes only; this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists, and a formal solicitation will not be issued by the Government as a result of the responses to this RFI. The government will not be liable for payment of any preparation expenses in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to, or as a result of this announcement will NOT be reimbursed. The information provided will be used by the government for the purpose of conducting market research. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. It is the responsibility of the interested parties to monitor the website for additional information pertaining to this RFI. The information provided in the RFI is subject to change and is not binding on the government. GSA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become government property and will not be returned.
GSA Fleet Lease Vehicle Auction & Marshalling Services - Helena, MT
REQUEST FOR INFORMATION: GSA Fleet Lease Vehicle Auction & Marshalling Services 1.0 Description The General Services Administration (GSA) Office of Fleet Management (GSA Fleet) has a requirement to acquire contractor support for vehicle auction and marshalling services or marshalling only services for Government vehicles. Services are required in the Helena, MT area. Auction and marshalling site tasks include, but are not limited to: Advise the government on optimal disposition strategy for individual exchange/sale-eligible vehicles worldwide to maximize public participation and net proceeds, to include strategies for specialty (law enforcement, buses, ambulances, medium & heavy trucks, etc.) as well as Zero Emission Vehicles to include battery electric vehicles, plug-in hybrid vehicles and/or fuel cell vehicles. Perform full vehicle inspections and ensure complete condition reporting, imagery capture (including high-definition photo and video, 360° views, etc.), and accurate description writing. Provide recommendations on vehicle repairs and pricing, given vehicle condition, market environment, among any other factors, to ensure the greatest return on investment. Create and execute marketing plans/campaigns to catalog vehicles and announce vehicle sales to the public as required by law, and to advertise to/connect with the broadest possible market audience. Perform electronic inventory management for vehicles and vehicle-related assets (e.g., license plates, removed equipment, telematics devices). Support the creation and management of all required vehicle disposition documentation/records. Conduct activities related to bidder/buyer management, including registration, validation/eligibility checks, etc. Provide end-to-end customer service and support to bidders/buyers throughout the sales process to ensure a seamless, transparent, and customer-centric buying experience. Facilitate and perform payment collection process. Encourage maximum participation by offering a range of non-government affiliated services (retail financing, aftermarket warranties, vehicle enhancement etc.). Store, service and remarket of electric vehicles to include any necessary charging infrastructure. Transport vehicles to and from vendor locations. Prepare vehicles for public inspection and final sales/disposition, including services such as reconditioning, maintenance and repair, as well as equipment removal/disposal, and license plate & government credit card disposal and tracking. Offer industry-aligned services for customers to perform vehicle test drives. Provide state-of-the-art technology that will improve customer experience including enhanced condition reporting, 360° views, video, high-definition photography, etc. Conduct a full and open competitive sales process, including public inspection periods for all vehicles, and any related sale services for exchange/sale property. Ensure and facilitate the security, storage, and release of vehicles from time of receipt until final removal. Manage the logistics of vehicle transportation to bring vehicles to sale. Prepare vehicles for sale, to include vehicle equipment removal/disposal, reconditioning, and repairs. Work with local government entities to facilitate any inspections, documentation, and any other actions required to complete transactions in local markets. Perform electronic inventory management, vehicle inspection, complete condition reporting for vehicles. Offer recommendations on vehicle repairs and pricing, given vehicle condition, local market environment, among any other factors, to ensure the greatest return on investment. Provide customer service to buyers in global markets. Create and execute marketing campaigns for local markets. Offer an internet sales platform with the potential to reach a global audience. Collect proceeds from vehicle sales and if necessary, convert to U.S. dollars. Marshalling only site tasks include, but are not limited to: Transport or resource/transportation of vehicles to and from vendor location (e.g., customer location, OEM dealership, offsite repair facility). Inspect vehicles upon delivery for various factors including but not limited to any damage to the vehicle, all components of the vehicle are accounted for (e.g., keys, floor mats, etc.), and missing equipment. Perform telematics device installation and/or activation on all new vehicles prior to releasing the vehicle to the customer. Validate new vehicles and options to vehicle order information provided by GSA. Perform pre-delivery inspections (PDI) in accordance with the manufacturer’s standards. Prepare new vehicles for customer receipt. Provide driver education for customers including vehicle operation, unique features, infotainment settings, etc. Offer specialized expertise and support on Electric Vehicle management, operation and charging infrastructure. Charge battery-powered vehicles. Maintain all vehicle fuel and charge levels as prescribed in the Statement of Work by GSA. Perform custodial and sales preparation services to facilitate auction house sales of GSA exchange lease vehicles. Process and manage all required vehicle shipment and delivery documentation. Manage scheduled vehicle appointments and ensure accurate vehicle exchanges. Perform all necessary tasks associated with confirming vehicle assignment and termination to and from the customer as prescribed by GSA. Provide end-to-end customer service and support to GSA Fleet and customer agencies throughout the marshalling process to ensure a seamless and transparent delivery and exchange process. Fulfill proper disposal of old/expired plates both front and back as prescribed by GSA. Perform electronic inventory management for vehicles. Ensure and facilitate the security, storage and inventory control of vehicles, license plates, credit cards and other assets from time of receipt until final removal. Scale charging capabilities to meet the needs of increasing electric vehicle adoption. Place of Performance The General Services Administration (GSA) Office of Fleet Management (GSA Fleet) has a requirement to acquire contractor support for vehicle auction and marshalling services or marshalling only services for Government vehicles. Services are required in the Helena, MT. Interested parties must be located no more than 50 miles from the Helena, MT area. Period of Performance On or about October 1, 2026 – September 30, 2026 2.0 Background GSA Fleet provides a full-service fleet management program providing transportation solutions to partner agencies worldwide across the U.S. Federal government. It maintains a diverse fleet of over 227,000 vehicles, including light, medium, and heavy-duty vehicles, to include sedans, SUVs, vans, trucks, buses, ambulances, and law enforcement vehicles. Vehicles range from gasoline and diesel fueled vehicles to alternative fuel vehicles (AFVs), such as electric vehicles (EVs) to low-speed electric vehicles (LSEV’s) and non-powered vehicles and trailers. Nationally, GSA Fleet orders and receives on average 30,000+ vehicles from suppliers annually. As GSA Fleet is responsible for the disposition of its vehicles, it then remarkets and sells the used vehicles across the United States and its territories, Japan, and Europe. Its vehicles are sold under the exchange/sale authority of 41 CFR 102-39. This authority aims to expedite the disposal process and maximize proceeds in the most cost-effective manner to the U.S. taxpayer. To achieve this objective, GSA Fleet currently sells its used vehicles via live and online auctions worldwide, leveraging its contracts with commercial vendors to carry out all auction-related services. These auctions must adhere to all legal and regulatory requirements. They must also be open to the general public and provide an equal opportunity for individuals, businesses, government entities, and other organizations to take part in a zero-fee, fully open, and competitive sales process. To facilitate this process, GSA Fleet employs its vehicle remarketing specialists, who are warranted sales contracting officers (SCOs) and experts in the sales of its vehicles, to work with its vendors to approve repairs, pricing, as well as carry out and approve each sale to maximize net proceeds. As the used vehicle marketspace continues to evolve, GSA Fleet seeks to better align its current sales model with industry and is seeking industry to provide their best practices, strategies, platforms, and expertise to modernize and streamline GSA’s public vehicle sales model in the most cost-effective manner possible. GSA Fleet welcomes exploring new sales pathways, including retail sales, as options to broaden its market presence, expand public participation in its sales, and increase overall net proceeds. Given the increase in the number of electric vehicles in the Federal fleet, GSA aims to especially leverage vendor expertise in this critical area. It also hopes to expand its geographic footprint in locations where it currently does not have coverage or expertise. 3.0 Responses 3.1 Responses: Interested parties are required to respond to this RFI with submissions in a Microsoft Word (.doc or .docx) compatible format and/or .pdf format. Respondents are requested to provide the information in paragraph 3.3. Respondents may provide supporting documentation along with their submissions. Responses shall be limited to no more than 15 pages for the entire submission (including company information, answers to technical questions, supporting documentation, etc.). Please follow the directions below for developing and submitting a response to this RFI. Page Maximum - 15 pages Font - Calibri, Arial or Times New Roman Font Size - 11 Line Spacing - Single 3.2 Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become government property and will not be returned. In addition to government employees, government support contractors may review and evaluate the whitepaper submission(s). If this is a concern for your company, please address it in the list of questions due to the government as noted in paragraph 5.0. 3.3 Company Information. The response should provide the following information: 3.3.1 Contact Information: Company name, mailing address, overnight delivery address (if different from mailing address), phone number, and email of designated point of contact. 3.3.2 Is the company registered within the System for Award Management - SAM.gov? (Y/N) If yes, what is your SAM Unique Entity Identifier (UEI)? 3.3.3 Are you able to provide: Only auction services? Only marshalling services? Or both auction and marshalling services? Please provide number of vehicles annually and types of vehicles (vehicle types/vehicle classes) sold/marshalled. If applicable, how many sales do you conduct in a typical year and at what frequency? Please list and provide numbers by sale type (physical auction, online only, etc.). Are there any types of vehicles you will not sell? What is the average vehicle age and mileage of the vehicles you sell? Do you specialize in salvage/junk vehicle sales? 3.3.4 Where are you located in reference to the Virginia Beach, VA area? (# of miles) 3.3.5 NAICS code and socio-economic status, if applicable. 4.0 Meetings and Discussions The government representatives may or may not choose to meet with respondents to this RFI. Such meetings and discussions would only be intended to get further clarification of potential capability to meet the requirements. 5.0 Questions Any questions related to the RFI are due to the government no later than December 1, 2025, with the subject line, “Questions for RFI – 47QMCA26N0005” no later than 12:00 p.m. Eastern and must be submitted via e-mail only to the following government Points of Contact (POCs): • allison.wiede-brown@gsa.gov Questions regarding this announcement shall be submitted in writing. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. Questions received after December 1, 2025, will not be considered. 6.0 Response Due Date RFI responses are due December 1, 2025, with the subject line, “Response for RFI – 47QMCA26N0005” no later than 12:00 p.m. Eastern and must be submitted via email only to the following government Points of Contact (POCs): • allison.wiede-brown@gsa.gov Responses received after the due date and time will not be considered. 7.0 Summary THIS IS NOT A SOLICITATION: The government is not obligated to make an award as a result of this request. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY and is for informational purposes only; this is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or Request for Quotation (RFQ). No solicitation document exists, and a formal solicitation will not be issued by the Government as a result of the responses to this RFI. The government will not be liable for payment of any preparation expenses in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to, or as a result of this announcement will NOT be reimbursed. The information provided will be used by the government for the purpose of conducting market research. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. It is the responsibility of the interested parties to monitor the website for additional information pertaining to this RFI. The information provided in the RFI is subject to change and is not binding on the government. GSA has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become government property and will not be returned.
SLEEVE PLUGS AND CONTACT SOCKETS
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR part 12, using Simplified Acquisition Procedures found at (FAR 13), as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted to SAM.gov. The RFQ number is (SPMYM326Q6009x). This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 October 1, 2025, and DFARS Change Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.ecfr.gov and https://www.acquisition.gov/content/list-sections-affected and http://www.acq.osd.mil/dpap/dars/change_notices.html. The FSC Code is (5935) and the NAICS code is (335931). The Small Business Standard is (600 employees). This requirement is being processed utilizing 100% small business set-aside. Evaluation criteria is Lowest Price Technically Acceptable (LPTA). PPIRS will be used to determine vendor responsibility. Potential contractors will be screened for responsibility in accordance with FAR 9.104. Offerors are required to submit descriptive literature to show how their quotation meets the required specifications. A technical spec sheet and proof of traceability may be requested before award. Failure to provide this information may result in your quotation being determined technically unacceptable. Only one quote per vendor may be sent. The Portsmouth Naval Shipyard requests responses from qualified sources capable of providing: Interested parties must fill out the required request for quote saved in the attachment section. It is titled, “26Q6009 RFQ Required”. ITEM DESCRIPTION QTY U/I 0001 SLEEVE PLUG 42 EA SLEEVE PLUG, DRAWING 5792287 PC 13, CABLE SLEEVE PLUG, MATERIAL QQ-N-281 CLASS A HOT FINISH, 40.000LB/SQ IN MIN YIELD AT 0.2% OFFSET. 0002 CONTACT SOCKET 42 EA #10 SOCKET, DRAWING 5792287 PC 22, CONTACT SOCKET, BERYLLIUM COPPER THAT IS GOLD PLATED IAW MIL-G-45204, TYPE II, GRADE C, CLASS 1 WITH AN UNDERPLATE OF NICKEL 0.000040 TO 0.000080 INCH THICK (GEN NOTE 17), MATERIAL QQC-530 ALLOY NO. 172, TEMPER AT. *NOTE: Drawings to be provided separately upon request and receipt of a valid DD Form 2345 and signed security agreement. NOTE: OFFERORS MUST COMPLETE THE ATTACHED PROVISIONS 52.204-24, 52.204-26, 252.204-7016, AND 252.204-7019 AND INCLUDE THE COMPLETED PROVISIONS WITH THEIR OFFER. FAR CLAUSES AND PROVISIONS 52.204-7, System for Award Maintenance 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, SAM Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-24* See Attachment for this provision 52.204-26* See Attachment for this provision 52.204-29 FASCSA Representation* See Attachment for this provision 52.211-14, Notice of Priority Rating 52.211-15, Defense Priority And Allocation Requirements 52.211-17, Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services 52.212-3, Offeror Reps and Certs - Commercial Products and Commercial Services 52.212-4, Contract Terms and Conditions – Commercial Items 52.219-1 Alt 1 Small Business Program Representations 52.223-22, Sustainable Products and Services (DEVIATION 2025-O0004) in lieu of clause at FAR 52.223-23. 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Reps and Certs 52.232-39, Unenforceability of Unauthorized Obligations 52.233-2 Service of Protest 52.242-13 Bankruptcy 52.242-15 Stop Work Order 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B-Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including all base terms, conditions, and clauses outlined within the clause, plus the following clauses that have been specifically selected (checked off within the clause) for this procurement: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10 Reporting Executive Compensation 52.204-27 Prohibition on a ByteDance Covered Application 52.204-30 FASCSA Federal Acquisition Supply Chain Security Act Orders-Prohibition 52.209-6 Protecting the Government's Interest 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-35 Equal Opportunity for Veterans 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone Depleting Substances 52.225-1 Buy American-Supplies 52.225-13 Restriction on Certain Foreign Purchases 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by EFT-SAM 52.232-36 Payment by Third Party 52.247-64 Preference for Privately Owned US-Flag Commercial Vessels DFARS CLAUSES AND PROVISIONS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003. Control of Government Personnel Work Product 252.204-7004 Antiterrorism Awareness Training for Contractors. 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 (May 2024) (Deviation 2024-O0013) 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.204-7016, * See Attachment for this provision. 252-204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 252.204-7019, *See Attachment for this provision. 252.204-7020, NIST SP 800-171 DoD Assessment Requirements 252.204-7024 Notice on the Use of the Supplier Performance Risk System 252.209-7999, Representation by Corporations regarding an Unpaid Delinquent Tax Liability 252.211-7003, Item Unique Identification and Valuation 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations. 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities. 252.225-7013 Duty-Free Entry (NOV 2023) 252.225-7048 Export Controlled Items 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region - Representation 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region 252.231-7000, Supplemental Cost Principles. 252.232-7003 Electronic Submission of Payment Requests 252.232-7006, Wide Area Workflow Payment Instructions *See Attachment for Full Text 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies By Sea Note: Vendor shall list the country of origin for each line item. DLAD CLAUSES AND PROVISIONS (See Attachment for Full Text) 5452.233-9001, Disputes: Agreement to Use Alternative Disputes Resolution DLA PROCUREMENT NOTES (See Attachment for Full Text) C02 Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components (DEC 2016) C03 Contractor Retention of Supply Chain Traceability Documentation (MAR 2023) C04 Unused Former Government Surplus Property (DEC 2016) C14 Repackaging or Relabeling to Correct Deficiencies (AUG 2017) C20 Vendor Shipment Module (VSM) (AUG 2017) E05 Product Verification Testing (JUN 2018) H10 Requires No Access to DLA Controlled Technical Data or Information for Contract Performance (FEB 2020) L06 Agency Protests (DEC 2016) L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations L31 Additive Manufacturing (JUN 2018) M05 Evaluation Factor for Unused Former Government Surplus Property (SEP 2016) LOCAL CLAUSES (See Attachment for Full Text): YM3 A1: Additional Information YM3 A3: Government Purchase Card Method of Payment Additional Info YM3 C500: Mercury Control (Supplies) YM3 C528: Specification Changes YM3 D2.2: Marking of Shipments YM3 D4: Preparation for Delivery YM3 D8: Prohibited Packing Materials YM3 E2: Inspection and Acceptance (Destination) YM3 F500: Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard YM3 M8: Single Award for All Items Quoters are reminded to include a completed copy of 52.212-3 and it’s ALT I if not updated in SAM. This announcement will close (12/1/2025). The Point of Contact for this solicitation is Jannell Moriarty, who can be reached at (jannell.moriarty@dla.mil). All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. If not the actual manufacturer – Manufacturer’s Name, Location, and Business Size must be provided. Please submit quotations via email at (jannell.moriarty@dla.mil). Quotes also to: DLA-KME-QUOTATIONS@DLA.MIL All quotes shall include price(s), FOB point, Cage Code, a point of contact, name and phone number, GSA contract number if applicable, business size under the NAICS Code, whether or not your company prefers payment by Government Commercial Purchase Card (GCPC)* or Wide Area Workflow (WAWF). Please note that the Government’s terms for payment for this requirement are Net 30 Days AFTER acceptance of material. Please note, if selecting GPC, the Government does NOT utilize third party payment entities (Zelle, Venmo, PayPal, etc.) Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. *If selecting GCPC as the preferred method of payment, please be advised that per DFARS 232.7002, a receiving report MUST be entered into WAWF. ******* END OF COMBINED SYNOPSIS/SOLICITATION ********
DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
Synopsis of Standing Solicitation SPE2DH-21-R-0002 DLA Troop Support, in an effort to improve medical supply support to our customers, developed the Electronic Catalog (ECAT) System. The ECAT System allows DLA Troop Support customers to review and compare contractor electronic catalogs with the ultimate goal of placing on-line orders to the contractor of their choice. Customers are currently using the ECAT System to order medical equipment and related supplies. Solicitation SPE2DH-21-R-0002 is a Request for Proposal (RFP) from which the Government will contemplate awards of contracts for Medical Equipment items as prescribed in the attached solicitation documents. This is the follow-on solicitation to our expired standing solicitation, SPE2DH-16-R-0002, which closed on August 15, 2021. This solicitation is a standing solicitation from which the Government contemplates award of contracts for medical equipment, accessories, and consumables. The solicitation will remain in effect five years from the issue date or when it is replaced by an updated solicitation, whichever comes first. Offerors are requested to submit complete proposals for all requirements, including all certifications, as specified in this solicitation. Proposals may be submitted at anytime during the open periods of the solicitation. DLA Troop Support intends to award multiple contracts to manufacturers, distributors and other specifically designated sources that support programs. The Government intends to award a contract to all responsible offerors who comply with the terms and conditions of the solicitation and whose prices are determined to be fair and reasonable. Any offeror that takes exception to any term or condition of the solicitation may be excluded from consideration for award. The items within scope of this solicitation are commercial medical equipment used by medical professionals, technicians, and laboratory personnel to perform a treatment, test, or operation, or to provide medical care for a patient. The scope of the solicitation also includes consumables and accessories for commercial medical equipment. Also included within the scope of the solicitation are medical simulation equipment used for training purposes. Please review solicitation pages 33-36 'Statement of Work' which outlines scope of products for consideration and product exclusions. The standing solicitation is also available via download from the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/ . Amendment 0001 issued against solicitation SPE2DH21R0002- 30 NOV 2022. Amendment 0002 issued against solicitaton SPE2DH21R0002- 31 JAN 2022. Amendment 0003 issued against solicitation SPE2DH21R0002- 04 JAN 2024. Amendment 0004 issued against solicitation SPE2DH21R0002- 25 JUN 2024. Amendment 0005 issued against solicitation SPE2DH21R0002- 04 APR 2025. Amendment 0006 issued against solicitation SPE2DH21R0002- 08 APR 2025
DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
Synopsis of Standing Solicitation SPE2DH-21-R-0002 DLA Troop Support, in an effort to improve medical supply support to our customers, developed the Electronic Catalog (ECAT) System. The ECAT System allows DLA Troop Support customers to review and compare contractor electronic catalogs with the ultimate goal of placing on-line orders to the contractor of their choice. Customers are currently using the ECAT System to order medical equipment and related supplies. Solicitation SPE2DH-21-R-0002 is a Request for Proposal (RFP) from which the Government will contemplate awards of contracts for Medical Equipment items as prescribed in the attached solicitation documents. This is the follow-on solicitation to our expired standing solicitation, SPE2DH-16-R-0002, which closed on August 15, 2021. This solicitation is a standing solicitation from which the Government contemplates award of contracts for medical equipment, accessories, and consumables. The solicitation will remain in effect five years from the issue date or when it is replaced by an updated solicitation, whichever comes first. Offerors are requested to submit complete proposals for all requirements, including all certifications, as specified in this solicitation. Proposals may be submitted at anytime during the open periods of the solicitation. DLA Troop Support intends to award multiple contracts to manufacturers, distributors and other specifically designated sources that support programs. The Government intends to award a contract to all responsible offerors who comply with the terms and conditions of the solicitation and whose prices are determined to be fair and reasonable. Any offeror that takes exception to any term or condition of the solicitation may be excluded from consideration for award. The items within scope of this solicitation are commercial medical equipment used by medical professionals, technicians, and laboratory personnel to perform a treatment, test, or operation, or to provide medical care for a patient. The scope of the solicitation also includes consumables and accessories for commercial medical equipment. Also included within the scope of the solicitation are medical simulation equipment used for training purposes. Please review solicitation pages 33-36 'Statement of Work' which outlines scope of products for consideration and product exclusions. The standing solicitation is also available via download from the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/ . Amendment 0001 issued against solicitation SPE2DH21R0002- 30 NOV 2022. Amendment 0002 issued against solicitaton SPE2DH21R0002- 31 JAN 2022. Amendment 0003 issued against solicitation SPE2DH21R0002- 04 JAN 2024. Amendment 0004 issued against solicitation SPE2DH21R0002- 25 JUN 2024. Amendment 0005 issued against solicitation SPE2DH21R0002- 04 APR 2025.
DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
Synopsis of Standing Solicitation SPE2DH-21-R-0002 DLA Troop Support, in an effort to improve medical supply support to our customers, developed the Electronic Catalog (ECAT) System. The ECAT System allows DLA Troop Support customers to review and compare contractor electronic catalogs with the ultimate goal of placing on-line orders to the contractor of their choice. Customers are currently using the ECAT System to order medical equipment and related supplies. Solicitation SPE2DH-21-R-0002 is a Request for Proposal (RFP) from which the Government will contemplate awards of contracts for Medical Equipment items as prescribed in the attached solicitation documents. This is the follow-on solicitation to our expired standing solicitation, SPE2DH-16-R-0002, which closed on August 15, 2021. This solicitation is a standing solicitation from which the Government contemplates award of contracts for medical equipment, accessories, and consumables. The solicitation will remain in effect five years from the issue date or when it is replaced by an updated solicitation, whichever comes first. Offerors are requested to submit complete proposals for all requirements, including all certifications, as specified in this solicitation. Proposals may be submitted at anytime during the open periods of the solicitation. DLA Troop Support intends to award multiple contracts to manufacturers, distributors and other specifically designated sources that support programs. The Government intends to award a contract to all responsible offerors who comply with the terms and conditions of the solicitation and whose prices are determined to be fair and reasonable. Any offeror that takes exception to any term or condition of the solicitation may be excluded from consideration for award. The items within scope of this solicitation are commercial medical equipment used by medical professionals, technicians, and laboratory personnel to perform a treatment, test, or operation, or to provide medical care for a patient. The scope of the solicitation also includes consumables and accessories for commercial medical equipment. Also included within the scope of the solicitation are medical simulation equipment used for training purposes. Please review solicitation pages 33-36 'Statement of Work' which outlines scope of products for consideration and product exclusions. The standing solicitation is also available via download from the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/ . Amendment 0001 issued against solicitation SPE2DH21R0002- 30 NOV 2022. Amendment 0002 issued against solicitaton SPE2DH21R0002- 31 JAN 2022.
DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
Synopsis of Standing Solicitation SPE2DH-21-R-0002 DLA Troop Support, in an effort to improve medical supply support to our customers, developed the Electronic Catalog (ECAT) System. The ECAT System allows DLA Troop Support customers to review and compare contractor electronic catalogs with the ultimate goal of placing on-line orders to the contractor of their choice. Customers are currently using the ECAT System to order medical equipment and related supplies. Solicitation SPE2DH-21-R-0002 is a Request for Proposal (RFP) from which the Government will contemplate awards of contracts for Medical Equipment items as prescribed in the attached solicitation documents. This is the follow-on solicitation to our expired standing solicitation, SPE2DH-16-R-0002, which closed on August 15, 2021. This solicitation is a standing solicitation from which the Government contemplates award of contracts for medical equipment, accessories, and consumables. The solicitation will remain in effect five years from the issue date or when it is replaced by an updated solicitation, whichever comes first. Offerors are requested to submit complete proposals for all requirements, including all certifications, as specified in this solicitation. Proposals may be submitted at anytime during the open periods of the solicitation. DLA Troop Support intends to award multiple contracts to manufacturers, distributors and other specifically designated sources that support programs. The Government intends to award a contract to all responsible offerors who comply with the terms and conditions of the solicitation and whose prices are determined to be fair and reasonable. Any offeror that takes exception to any term or condition of the solicitation may be excluded from consideration for award. The items within scope of this solicitation are commercial medical equipment used by medical professionals, technicians, and laboratory personnel to perform a treatment, test, or operation, or to provide medical care for a patient. The scope of the solicitation also includes consumables and accessories for commercial medical equipment. Also included within the scope of the solicitation are medical simulation equipment used for training purposes. Please review solicitation pages 33-36 'Statement of Work' which outlines scope of products for consideration and product exclusions. The standing solicitation is also available via download from the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/ . Amendment 0001 issued against solicitation SPE2DH21R0002- 30 NOV 2022. Amendment 0002 issued against solicitaton SPE2DH21R0002- 31 JAN 2022.
DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
Synopsis of Standing Solicitation SPE2DH-21-R-0002 DLA Troop Support, in an effort to improve medical supply support to our customers, developed the Electronic Catalog (ECAT) System. The ECAT System allows DLA Troop Support customers to review and compare contractor electronic catalogs with the ultimate goal of placing on-line orders to the contractor of their choice. Customers are currently using the ECAT System to order medical equipment and related supplies. Solicitation SPE2DH-21-R-0002 is a Request for Proposal (RFP) from which the Government will contemplate awards of contracts for Medical Equipment items as prescribed in the attached solicitation documents. This is the follow-on solicitation to our expired standing solicitation, SPE2DH-16-R-0002, which closed on August 15, 2021. This solicitation is a standing solicitation from which the Government contemplates award of contracts for medical equipment, accessories, and consumables. The solicitation will remain in effect five years from the issue date or when it is replaced by an updated solicitation, whichever comes first. Offerors are requested to submit complete proposals for all requirements, including all certifications, as specified in this solicitation. Proposals may be submitted at anytime during the open periods of the solicitation. DLA Troop Support intends to award multiple contracts to manufacturers, distributors and other specifically designated sources that support programs. The Government intends to award a contract to all responsible offerors who comply with the terms and conditions of the solicitation and whose prices are determined to be fair and reasonable. Any offeror that takes exception to any term or condition of the solicitation may be excluded from consideration for award. The items within scope of this solicitation are commercial medical equipment used by medical professionals, technicians, and laboratory personnel to perform a treatment, test, or operation, or to provide medical care for a patient. The scope of the solicitation also includes consumables and accessories for commercial medical equipment. Also included within the scope of the solicitation are medical simulation equipment used for training purposes. Please review solicitation pages 33-36 'Statement of Work' which outlines scope of products for consideration and product exclusions. The standing solicitation is also available via download from the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/ . Amendment 0001 issued against solicitation SPE2DH21R0002- 30 NOV 2022.
DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
Synopsis of Standing Solicitation SPE2DH-21-R-0002 DLA Troop Support, in an effort to improve medical supply support to our customers, developed the Electronic Catalog (ECAT) System. The ECAT System allows DLA Troop Support customers to review and compare contractor electronic catalogs with the ultimate goal of placing on-line orders to the contractor of their choice. Customers are currently using the ECAT System to order medical equipment and related supplies. Solicitation SPE2DH-21-R-0002 is a Request for Proposal (RFP) from which the Government will contemplate awards of contracts for Medical Equipment items as prescribed in the attached solicitation documents. This is the follow-on solicitation to our expired standing solicitation, SPE2DH-16-R-0002, which closed on August 15, 2021. This solicitation is a standing solicitation from which the Government contemplates award of contracts for medical equipment, accessories, and consumables. The solicitation will remain in effect five years from the issue date or when it is replaced by an updated solicitation, whichever comes first. Offerors are requested to submit complete proposals for all requirements, including all certifications, as specified in this solicitation. Proposals may be submitted at anytime during the open periods of the solicitation. DLA Troop Support intends to award multiple contracts to manufacturers, distributors and other specifically designated sources that support programs. The Government intends to award a contract to all responsible offerors who comply with the terms and conditions of the solicitation and whose prices are determined to be fair and reasonable. Any offeror that takes exception to any term or condition of the solicitation may be excluded from consideration for award. The items within scope of this solicitation are commercial medical equipment used by medical professionals, technicians, and laboratory personnel to perform a treatment, test, or operation, or to provide medical care for a patient. The scope of the solicitation also includes consumables and accessories for commercial medical equipment. Also included within the scope of the solicitation are medical simulation equipment used for training purposes. Please review solicitation pages 33-36 'Statement of Work' which outlines scope of products for consideration and product exclusions. The standing solicitation is also available via download from the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/ . Amendment 0001 issued against solicitation SPE2DH21R0002- 30 NOV 2022.
DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
Synopsis of Standing Solicitation SPE2DH-21-R-0002 DLA Troop Support, in an effort to improve medical supply support to our customers, developed the Electronic Catalog (ECAT) System. The ECAT System allows DLA Troop Support customers to review and compare contractor electronic catalogs with the ultimate goal of placing on-line orders to the contractor of their choice. Customers are currently using the ECAT System to order medical equipment and related supplies. Solicitation SPE2DH-21-R-0002 is a Request for Proposal (RFP) from which the Government will contemplate awards of contracts for Medical Equipment items as prescribed in the attached solicitation documents. This is the follow-on solicitation to our expired standing solicitation, SPE2DH-16-R-0002, which closed on August 15, 2021. This solicitation is a standing solicitation from which the Government contemplates award of contracts for medical equipment, accessories, and consumables. The solicitation will remain in effect five years from the issue date or when it is replaced by an updated solicitation, whichever comes first. Offerors are requested to submit complete proposals for all requirements, including all certifications, as specified in this solicitation. Proposals may be submitted at anytime during the open periods of the solicitation. DLA Troop Support intends to award multiple contracts to manufacturers, distributors and other specifically designated sources that support programs. The Government intends to award a contract to all responsible offerors who comply with the terms and conditions of the solicitation and whose prices are determined to be fair and reasonable. Any offeror that takes exception to any term or condition of the solicitation may be excluded from consideration for award. The items within scope of this solicitation are commercial medical equipment used by medical professionals, technicians, and laboratory personnel to perform a treatment, test, or operation, or to provide medical care for a patient. The scope of the solicitation also includes consumables and accessories for commercial medical equipment. Also included within the scope of the solicitation are medical simulation equipment used for training purposes. Please review solicitation pages 33-36 'Statement of Work' which outlines scope of products for consideration and product exclusions. The standing solicitation is also available via download from the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/ .
DLA Medical Equipment Electronic CATalog (ECAT) Generation V Program
Synopsis of Standing Solicitation SPE2DH-21-R-0002 DLA Troop Support, in an effort to improve medical supply support to our customers, developed the Electronic Catalog (ECAT) System. The ECAT System allows DLA Troop Support customers to review and compare contractor electronic catalogs with the ultimate goal of placing on-line orders to the contractor of their choice. Customers are currently using the ECAT System to order medical equipment and related supplies. Solicitation SPE2DH-21-R-0002 is a Request for Proposal (RFP) from which the Government will contemplate awards of contracts for Medical Equipment items as prescribed in the attached solicitation documents. This is the follow-on solicitation to our expired standing solicitation, SPE2DH-16-R-0002, which closed on August 15, 2021. This solicitation is a standing solicitation from which the Government contemplates award of contracts for medical equipment, accessories, and consumables. The solicitation will remain in effect five years from the issue date or when it is replaced by an updated solicitation, whichever comes first. Offerors are requested to submit complete proposals for all requirements, including all certifications, as specified in this solicitation. Proposals may be submitted at anytime during the open periods of the solicitation. DLA Troop Support intends to award multiple contracts to manufacturers, distributors and other specifically designated sources that support programs. The Government intends to award a contract to all responsible offerors who comply with the terms and conditions of the solicitation and whose prices are determined to be fair and reasonable. Any offeror that takes exception to any term or condition of the solicitation may be excluded from consideration for award. The items within scope of this solicitation are commercial medical equipment used by medical professionals, technicians, and laboratory personnel to perform a treatment, test, or operation, or to provide medical care for a patient. The scope of the solicitation also includes consumables and accessories for commercial medical equipment. Also included within the scope of the solicitation are medical simulation equipment used for training purposes. Please review solicitation pages 33-36 'Statement of Work' which outlines scope of products for consideration and product exclusions. The standing solicitation is also available via download from the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/ . Amendment 0001 issued against solicitation SPE2DH21R0002- 30 NOV 2022. Amendment 0002 issued against solicitaton SPE2DH21R0002- 31 JAN 2022. Amendment 0003 issued against solicitation SPE2DH21R0002- 04 JAN 2024. Amendment 0004 issued against solicitation SPE2DH21R0002- 25 JUN 2024. Amendment 0005 issued against solicitation SPE2DH21R0002- 04 APR 2025. Amendment 0006 issued against solicitation SPE2DH21R0002- 08 APR 2025 Amendment 0007 issued against solicitation SPE2DH21R0002- 22 APR 2025
20--FAIRING STRIP
CONTACT INFORMATION|4|N741.3|GDS|717.605.1309|alison.n.bruker.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||| PRODUCTION LOT TESTING|1|45| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|1750|300 DAYS|0001AB|1750|300 DAYS|||||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|336611|1,250(# OF EMPLOYEES)|||||||||||| TYPE OF CONTRACT (APR 1984)|1|FIRM-FIXED PRICE| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||X| This solicitation is issued pursuant to Emergency Acquisition Flexibilities(EAF). The purpose of this solicitation amendment is to reduce this requirement to qty 1,000. The offer due date is changed to 12/1/26. the Contracting Officer deems it best in the Government interest to update thresholds to the new thresholds established, Oct 1, 2025. Therefore, the thresholds are hereby updated to reflect inflation adjustments in FAR and DFARS thresholds. All other terms and conditions remain unchanged. \ Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ This is a rated order certified for national defense use, and the Contract will follow all the requirements of the Defense Priorities and Allocations System regulation (15 CFR 700). "All freight is FOB Origin. The resultant award of this BUY solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Government source inspection is required. Unit Price:__________ FIRM Total Price:__________ FIRM Procurement Turnaround Time (PTAT) :__________ Awardee CAGE: __________ Inspection & Acceptance CAGE, if not at source:__________ THIS REQUIREMENT REQUIRES HIGHER LEVEL INSPECTION CODE:MIL-I-45208 \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the FAIRING STRIP , part of the ;Special Hull Treatment Program. This specification covers one class of Fairing Strip, identified as Type AD-79M; . 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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.3 The "Document Changes" section provides supersessions/changes to referenced documents. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. 2.3 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;5808346 & 5808344; DRAWING DATA=5808331 |53711| G| |D| | | | DRAWING DATA=5808331 |53711|G1|1N |D| | | | DOCUMENT REF DATA=MIL-STD-105 | | |E |950227|A| | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=MIL-STD-177 | | |A |880531|A| | | DOCUMENT REF DATA=FED-STD-313 | | |D |000321|A| |01| DOCUMENT REF DATA=MIL-STD-407 | | | |910321|A| | | DOCUMENT REF DATA=MIL-STD-2073 |0001| |D |020510|A| |01| DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=S6360-AD-HBK-010 | | | |940930|E| | | DOCUMENT REF DATA=ASTM-D1974 | | | |940301|A| | | DOCUMENT REF DATA=ASTM-D2240 | | | |920622|A| | | DOCUMENT REF DATA=ASTM-D297 | | | |930915|A| | | DOCUMENT REF DATA=ASTM-D3767 | | | |920417|A| | | DOCUMENT REF DATA=ASTM-D3951 | | | |901221|A| | | DOCUMENT REF DATA=ASTM-D412 | | | |921115|A| | | DOCUMENT REF DATA=ASTM-D4615 | | | |941003|A| | | DOCUMENT REF DATA=ASTM-D471 | | | |980911|A| | | DOCUMENT REF DATA=ASTM-D5118/D5118M | | | |940301|A| | | DOCUMENT REF DATA=ASTM-D573 | | | |880527|A| | | DOCUMENT REF DATA=ASTM-D635 | | | |910715|A| | | DOCUMENT REF DATA=MIL-HDBK-774 | | |A |040830|A| | | DOCUMENT REF DATA=ISO9001 | | |94 |940701|A| | | DOCUMENT REF DATA=ISO9002 | | |94 |940701|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |920417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=MIL-P-116 |MIL-STD-2073/1 DOCUMENT CHANGE DATA=MIL-STD-147 |MIL-HDBK-774 DOCUMENT CHANGE DATA=PPP-B-636 |ASTMD5118 ASTMD1974 3. REQUIREMENTS 3.1 ;This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s), require acquisition of the part from the approver source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended applications. Contractors are cautioned that award of this contract/purchase order will not be delayed solely for hte purpose of approving additional sources Contractors desiring to qualify under the Engineering Source Approval Qualification (ESAQ) progrqm are urged to contact the Government design control activity to arrange for test adn, if approved, added to the (ESAQ) list of approved sources for subsequent procurements.; 3.2 Design, Manufacture, and Performance - Except as modified herein, the FAIRING STRIP furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;5808331; cage ;53711; . 3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.5 ;Molds - The contractor is responsible for designing molds to produce the Fairing Strips as specified in paragraph 3.3, 6.3 and table II of 53711 Drawing 5808331. The Government reserves the right to examine mold drawings and molds to accept or reject plan tolerances.; 3.6 ;Material Safety Data Sheets (MSDS) - Material Safety Data Sheets shall be in accordance with paragraph 3.3.6 of 53711 Drawing 5808331 and the requirements of MIL-STD-313.; 3.7 ;Responsibility for Inspection - The contractor is responsible for the performance and certification of all inspection requirements as specified in paragraph 4.1 of 53711 Drawing 5808331 and this specification. Unless specified elsewhere in this specification.; NOTE - After receipt of contract and prior to production, (production will not be authorized until First Article Test has been approved) material which the supplier proposes to furnish shall be tested for conformity to the requirements of paragraph 4.2 and table I and II of 53711 Drawing 5808331. 3.8 ;Adhesion of Fairing Strips - "SHT" Epoxy Paint Hull Perservation DTNSRDC 2844- 1109 (NAVSEA drawing 53711,5808333) and Epoxy Adhesive DTNSRDC 2844-1102 (NAVSEA drawing 53711,5808332) will be the only paint and adhesive to be used for "SHT" material "Adhesion of Fairing Strips" testing.; 3.9 Marking - This item shall be physically identified in accordance with ;MIL-STD-129 and paragraph 5.2.3 of 53711 Drawing 5808331; . 3.10 ;Special Marking - Special Marking shall be in accordance with paragraph 5.2.3.1 and 6.5 of 53711 Drawing 5808331.; In addition, all outside containers are to be marked with black letters a minium of one (1) inch high in non-fading, water resistant ink, with the designation "SHT". 3.11 ;Production Lot Test/Quality Conformance Inspection Approval (Government Testing) - Productin Lot Test (PLT)/Quality Conformance Inspection (QCI) and approval is required.; Production Lot Test Quality/Conformance Inspection - If the Fairing Strips from a supplier have passed the First Article Inspection, the supplier may commence production. The production of Fairing Strips is subject to the requirements for Batch Acceptance and Lot Acceptance as required by paragraph 4.3 of 53711 Drawing 5808331. Material submitted for Production Lot Test/Quality Conformance Inspection shall be certified to have the same composition, construction and manufacturing process as the material supplied for First Article Test. 3.12 ;Sampling and Rating for Lot Acceptance - Sampling and Rating for Lot Acceptance shall be in accordance with the requirements of paragraph 4.3.2.3 and Table IV of 53711 Drawing 5808331. NOTE: LOT Acceptance Test shall be in accordancewith the requirements of paragraph 4.3.2.2. of 53711 Drawing 5808331. A LOT shall be as specified in paragraph 4.3.2.1 of 53711 Drawing 5808331.; 3.13 ;Cleaning Procedure - See section 6 (NOTES) of this specification for Cleaning Procedure.; 3.14 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.15 Production Lot Approval (Government Testing) - Production Lot Test and approval is required. 3.16 Security Clearance Required - This contract/purchase order requires the Contractor to have a Government Security Clearance in accordance with the attached Contract Security Classification Specification (DD Form 254). 4. QUALITY ASSURANCE ANY REFERENCE TO FIRST ARTICLE TEST INFORMATION (GOVERNMENT - DESTRUCTIVE) IS HEREBY WAIVED FOR THIS ITEM ANY REFERENCE TO FIRST ARTICLE TEST INFORMATION (GOVERNMENT - NON-DESTRUCTIVE) IS HEREBY WAIVED FOR THIS ITEM 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.5 ;Material Safety Data Sheet (MSDS) - The Contractor Shall prepare and submit Material Safety Data Sheets in accordance with the Contract Data Requirements List (DD Form 1423).; 4.5.1 Units that undergo destructive testing are rendered unusable and shall not be considered in the quantity listed for the "SHIP TO" on the schedule page of this contract/purchase order. The number of units that will be destroyed under the destructive testing shall be inaddition to the quantity required on the schedule page. 4.6 ;Certification/Data Report (Samples for First Article Test) - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.7 ;Contractor Test/Inspection - The Contractor shall inspect the Fairing Stripsin accordance with the requirements of paragraph 3.3.1, 3.3.2, 3.3.3, 3.3.4 and 3.3.5 of 53711 drawing 5808331. The Contractor shall comply with the requirements of paragraph 4.2.1.3 (Rubber Compound Test) and 4.3.1 (Batch Acceptance) of 53711 Drawing 5808331.; 4.8 ;Certification Data Report (Material for Production Lot Test/Quality Conformance Inspection) - The Contractor prepare and submit a report in accordance with the Contract Data Requirements (DD Form 1423).; 4.9 ;Changes to Drawing 5808331 - Drawing 5808331 shall be revised as stated below: (a) Sheet 9, paragraph 4.3.2.3 Sampling and Rating For Lot Acceptance. Random samples from each lot of Fairing Strips shall be selected and rated in accordance with MIL-STD-105 normal inspection level II single sampling plan (N-II-S). An acceptable quality level (AQL) of 1.5 for the major defects and 6.5 for the minor defects shall be used. The non-destructive and destructive sample size shall be determined by Table IV. Fairing Strips selected for destructive testing comming from those that have passed the non-destructive inspection. Defects are defined in paragraph 4.4. Table IV summerizes the information from MIL-STD-105 for inspection level N-II-S. Guidance for altering the Table IV schedule for either tightened or reduced inspection levels is detailed in MIL-STD-105. (b) Sheet 13, Notes: Table IV provides composit information from MIL-STD-105 when a normal inspection level of N-II-s is used to determine the (ACC-REJ) criteria for both the non-destructive and destructive inspection while using an acceptable quality level (AQL) of 1.5 for the major defects and 6.5 for the minor defects. The non-destructive and destructive sample sizes shall be determined by Table IV. Fairing Strips selected for destructive testing comming from those that have passed the non-destructive inspection. Guidance for altering the Table IV schedule for either tightened or reduced inspection levels is detailed in MIL-STD-105.; 4.10 ;Production Lot Test/Quality Conformance Inspection (Government) - The Contractor shall deliver test samples to the Government test facility for Production Lot Test/Quality Conformance Inspection in accordance with the requirements specified in paragraph 4.3 of 53711 drawing 5808331. The test/ inspections shall consist of the requirements of paragraph 4.3.2.2 of 53711 Drawing 5808331. NOTE - The Contractor shall comply with the requirements of paragraph 4.3.1 (Batch Acceptance) of 53711 Drawing 5808331.; Production Lot Test/Quality Conformance Inspection test samples shall be shipped to: COMMANDER NAVAL SURFACE WARFARE CENTER, CARDEROCK DIVISION 5001 SOUTH BROAD STREET ATTN CODE 617L, LISA WEISER 215-897-1612 PHILADEPHIA PA 19112 4.11 ;Responsibility for Inspection - The Contractor shall prepar and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 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 ;Note: All Special Hull Treatment operations previously requiring 1,1,1-Trichloroethane shall use BUTYL ACETATE as a direct replacement. BUTYL ACETATE shall conform to the requirements of ASTM D 4615. ; SHT Tile Cleaning Procedure for the Tile and Fairing Strip Manufacturing Process MATERIAL REQUIREMENTS a.Butyl Acetate (ASTM D 4615) b.Clean, White Cotton Rags WARNING Consult the MSDS for Butyl Acetate prior to initiating the cleaning process to determine the proper PPE and environmental controls required by your site. Additionally, be sure that use of this solvent does not violate, state, or federal environmental regulations. NOTE This procedure shall be used before and after the etching process. Before etching, only the molded side shall be cleaned. After etching, both sides of the tile shall be cleaned with this procedure. PROCEDURE: 1. Place tile on a clean surface. 2. Scrub surface of the tile with a rag moistened with Butyl Acetate. NOTE Butyl Acetate shall be poured onto the rag to prevent contamination of the cleaning solvent-DO NOT DIP RAG INTO SOLVENT. Change rags frequently. 3. Repeat the cleaning of the tile surface 2 to 3 times as necessary to eliminate contamination on the tile. NOTE The white cotten rag will be blackened somewhat by the cleaning process. Continue the scrubbing the tile surface until the rag does not get any lighter with successive washes. 4. Allow the solvent to flash off (evapporate) for at least one half hour prior to stacking or packaging the tile. NOTE Do not recontaminate the tile after the cleaning by placing it in contact with unclean surfaces. 6.2 ;Initial (First Time) testing (First Article Test and Production Lot Test/ Quality Conformance Inspection) for each lot or sub lot shall be at the expense of the Government. Second time testing or retesting will be at the expense of the Contractor. ; 6.3 Information regarding abbreviations, symbols and codes appearing on DD Form 1423 - The following information is provided to assist in understanding the intent of the requirement to provide a deliverable item to the government. The explanation of abbreviation, symbols and codes found in a block follows the block number as they appear on the DD Form 1423. Block A: Is the actual contract line item no. Block B: Is the actual collective physical list of the deliverable item(s) which are part of the total requirement of the contract/purchase order. Block C: Is the category of data required, TDP is defined in MIL-T-31000. TM is defined in Part 1X, Section B of DODI 5000.2. NAVICP has reasoned that most DD Form 1423's included in our solicitations meet the requirement of TDP as NAVICP does not regularly purchase only Technical Manuals without purchasing hardware and related TDP software. Therefore, most NAVICP DD Form 1423 category code will be TDP. Block D: Is the name of the parent system, next higher assembly, or the item being purchased. Block E: Is the purchase request number, request for proposal number, invitation for bid number or another number for tracking and monitoring purposes. Block F: Is the successful offerors name and or cage code. Block G: Is the name of the individual and or the code/activity of the individual who prepared the DD Form 1423 and included the requirement in the Technical Data Package (TDP). Block H: Self explanatory. Block I: Is the name and signature of the individual who approved the content and the need for inclusion of the DD Form 1423 in the TDP. Block J: Self explanatory. Block 1: Is the Exhibit Line Item Number (ELIN). Block 2: Is the title of the data item cited in Block 4. Block 3: Is the subtitle of the data item cited in Block 4 and is used if the title requires clarification. Block 4: Is the actual Data Item Description (DID) number or the actual Technical Manual Contract Requirements Number. In the event the DD Form 1423 is requiring a technical manual the numbered TMCR will be an attachment to the contract/purchase order. Block 5: Is the section and paragraph area, where the requirement statement for the DD Form 1423 will be found. Block 6: Is the activity that will inform the contractor of approval, conditional approval or disapproval of the deliverable item. Block 7: Is a code which designates authority for inspection and acceptance of the deliverable item. The definition of the codes is as follows: DD Form 250 Code Inspection Acceptance SS (1) (2) DD (3) (4) SD (1) (4) DS (3) (5) LT (6) (7) NO (8) (8) XX (9) (9) (1) Inspection at source. (2) Acceptance at source. (3) No inspection performed at source. Final inspection performance at destination. (4) Acceptance at destination. (5) Acceptance at source. Acceptance based on written approval from the Contract Officer. (6) Letter of transmittal only. LT should not be used when inspection is required. The data is sent by the contractor directly to the personnel listed in Block 14 of the DD Form 1423. LT is used when the contracting agency does not desire to have a DD Form 250 for each and every piece of data developed by the contractor. The only other authorized use of LT is the special case where the contracting agency does not desire to have separate DD Forms 250 but desires to have a Government quality assurance representative perform inspection. The Government quality assurance representative shall be listed on the distribution in Block 14 and requested to provide comments via the quality assurance letter of inspection. Use of the symbol LT is not authorized for data comprising final delivery of Technical Data Package of for Technical Manuals. (LT may, however, be used for delivery of preliminary TDP's or TM's). (7) As specified in Block 8 of the DD Form 1423. (8) No inspection or acceptance required. No DD Form 250 or letter of transmittal required. Use of the symbol NO is not authorized for data comprising Technical Data Packages or for Technical Manuals. (9) Inspection and acceptance requirements specified elsewhere in the contract. Block 8: Is the approval code - Items of critical data requiring specific advanced written approval prior to distribution of the final data item will be identified by placing an "A" in this field. This data item requires submission of a preliminary draft prior to publication of a final document. When a preliminary draft is required, Block 16 of the DD Form 1423 will show length of time required for Government approval/disapproval and subsequent turn-around time for the contractor to resubmit the data after Government approval/disapproval has been issued. Block 16 will also indicate the extent of the approval requirements, e.g., approval of technical content and/or format. Block 9: Is the distribution statement code which explains how the Government can circulate the deliverable item. The definition of codes A, B, C, D, E, F or X is as follows: A. Distribution of the item is unrestricted. B. Distribution of the item is limited to agencies only. C. Distribution of the item is limited to contractors with a cage code and have a DD Form 2345 on file with the Defense Logistics Service Center (DLSC) Battle Creek, Mich. or Government activities. D. Distribution of the item is limited to DOD activities and DOD contractors only. E. Distribution of the item is limited to DOD components only. F. Distribution of the item is restricted from Foreign Nations and Forign Nationals. Block 10: Is the frequency which the deliverable item is expected to be delivered to the Government. The abbreviations and their meaning. ANNLY Annually ASGEN As generated ASREQ As required BI-MO Every two months BI-WE Every two weeks DAILY Daily DFDEL Deferred Delivery MTHLY Monthly ONE/R One time with revisions QRTLY Quarterly SEMIA Every six months WEKLY Weekly XTIME Number of times to be submitted (1time, 2times...9times) Use of these codes requires further explanation in Block 16 to provide the contractor with guidance necessary to accurately price the deliverable data item. Other abbreviations not appearing on the above list may on occasion be used in Block 10 of the DD Form 1423. When other abbreviations are used they will be fully explained in Block 16 of the DD Form 1423. Block 11: Is the last calendar date, expressed in year/month/day format, the deliverable item is to be received by the requiring office cited in Block 6 of the DD Form 1423 for an item with a Block 10 entry indication a single delivery. If the item is to be submitted multiple times, the number stated is the number of calendar days after the frequency cited in Block 10 the item is to be received by the requiring office cited in Block 6 of the DD Form 1423. On occasion the deliverable item will be required to be submitted prior to the end of the frequency cited in Block 6. In that event the requirement will be fully explained in Block 16 of the DD Form 1423. Block 12: Is the date of first submission of the deliverable item to the requiring office (Block 4) expressed in year/month/day format. The abbreviations and their meaning are as follows: ASGEN As generated ASREQ As required DAC Days after contract date DFDEL Deferred Delivery EOC End of contract EOM End of month EOQ End of quarter Specific instructions for these requirements will be provided in Block 16. If the deliverable item is constrained by a specific event or milestone the constraint will be fully explained in Block 16 of the DD Form 1423. "As generated", "As required", and "Deferred Delivery" will always be fully explained in Block 16. Block 13: Is the date of subsequent submission of the deliverable item, after the initial submission. Subsequent submission is only used to indicate the specific time period. The data is required when Block 10 of the DD Form 1423 indicates multiple delivery is required. This does not apply to resubmission of a deliverable item that has been reviewed by the requiring office and determined to be only conditionally acceptable or unacceptable. Block 14a: Will contain the activity name(s) where the deliverable item is to be sent. If the activity is other than DCMC or NSPCC the full name, address (including code) will be specified. That specific information will be located in Block 16 of the DD Form 1423. Block 14b: Is the number of copies of draft and or final copies to be submitted. When final "Repro" copies ar to be submitted Block 16 will clarify the ty...
20--FAIRING STRIP
CONTACT INFORMATION|4|N741.3|GDS|717.605.1309|alison.n.bruker.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||| PRODUCTION LOT TESTING|1|45| DESIRED AND REQUIRED TIME OF DELIVERY (JUNE 1997)|29|0001AA|1750|300 DAYS|0001AB|1750|300 DAYS|||||||||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO INVOICE AND RECEIVING||TBD|N00104|TBD|TBD|SEE SCHEDULE|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|WSS| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| LIST OF AWARD ATTACHMENTS|5|||||| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (OCT 2024)|13|||||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024))|5|||||| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|336611|1,250(# OF EMPLOYEES)|||||||||||| TYPE OF CONTRACT (APR 1984)|1|FIRM-FIXED PRICE| 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. ^^ This is a rated order certified for national defense use, and the Contract will follow all the requirements of the Defense Priorities and Allocations System regulation (15 CFR 700). "All freight is FOB Origin. The resultant award of this BUY solicitation will be issued bilaterally, requiring the contractor's written acceptance prior to execution. Verify nomenclature, part number, and NSN prior to responding. Government source inspection is required. Unit Price:__________ FIRM Total Price:__________ FIRM Procurement Turnaround Time (PTAT) :__________ Awardee CAGE: __________ Inspection & Acceptance CAGE, if not at source:__________ THIS REQUIREMENT REQUIRES HIGHER LEVEL INSPECTION CODE:MIL-I-45208 \ 1. SCOPE 1.1 This contract/purchase order contains the requirements for manufacture and the contract quality requirements for the FAIRING STRIP , part of the ;Special Hull Treatment Program. This specification covers one class of Fairing Strip, identified as Type AD-79M; . 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 Documents, drawings, and publications supplied are listed under "Drawing Number". These items should be retained until an award is made. 2.1.2 "Document References" listed below must be obtained by the Contractor. Ordering information is included as an attachment to this contract/purchase order. 2.1.3 The "Document Changes" section provides supersessions/changes to referenced documents. 2.2 Order of Precedence - In the event of a conflict between the text of this contract/purchase order and the references and/or drawings cited herein, the text of this contract/purchase order shall take precedence. Nothing in this contract/purchase order, however, shall supersede applicable laws and regulations unless a specific exemption has been obtained. 2.3 Identification of Classified Documents - This contract/purchase order requires the Contractor to have authorized access to classified documents in accordance with the attached Contract Security Classification Specification (DD Form 254). The classified documents and security level are: ;5808346 & 5808344; DRAWING DATA=5808331 |53711| G| |D| | | | DRAWING DATA=5808331 |53711|G1|1N |D| | | | DOCUMENT REF DATA=MIL-STD-105 | | |E |950227|A| | | DOCUMENT REF DATA=MIL-STD-129 | | |P |041029|A| |03| DOCUMENT REF DATA=MIL-STD-177 | | |A |880531|A| | | DOCUMENT REF DATA=FED-STD-313 | | |D |000321|A| |01| DOCUMENT REF DATA=MIL-STD-407 | | | |910321|A| | | DOCUMENT REF DATA=MIL-STD-2073 |0001| |D |020510|A| |01| DOCUMENT REF DATA=MIL-I-45208 | | |A |810724|A| 1| | DOCUMENT REF DATA=S6360-AD-HBK-010 | | | |940930|E| | | DOCUMENT REF DATA=ASTM-D1974 | | | |940301|A| | | DOCUMENT REF DATA=ASTM-D2240 | | | |920622|A| | | DOCUMENT REF DATA=ASTM-D297 | | | |930915|A| | | DOCUMENT REF DATA=ASTM-D3767 | | | |920417|A| | | DOCUMENT REF DATA=ASTM-D3951 | | | |901221|A| | | DOCUMENT REF DATA=ASTM-D412 | | | |921115|A| | | DOCUMENT REF DATA=ASTM-D4615 | | | |941003|A| | | DOCUMENT REF DATA=ASTM-D471 | | | |980911|A| | | DOCUMENT REF DATA=ASTM-D5118/D5118M | | | |940301|A| | | DOCUMENT REF DATA=ASTM-D573 | | | |880527|A| | | DOCUMENT REF DATA=ASTM-D635 | | | |910715|A| | | DOCUMENT REF DATA=MIL-HDBK-774 | | |A |040830|A| | | DOCUMENT REF DATA=ISO9001 | | |94 |940701|A| | | DOCUMENT REF DATA=ISO9002 | | |94 |940701|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |920417|A| | | DOCUMENT REF DATA=MIL-STD-973 | | | |950113|A| |03| DOCUMENT CHANGE DATA=MIL-P-116 |MIL-STD-2073/1 DOCUMENT CHANGE DATA=MIL-STD-147 |MIL-HDBK-774 DOCUMENT CHANGE DATA=PPP-B-636 |ASTMD5118 ASTMD1974 3. REQUIREMENTS 3.1 ;This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s), require acquisition of the part from the approver source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended applications. Contractors are cautioned that award of this contract/purchase order will not be delayed solely for hte purpose of approving additional sources Contractors desiring to qualify under the Engineering Source Approval Qualification (ESAQ) progrqm are urged to contact the Government design control activity to arrange for test adn, if approved, added to the (ESAQ) list of approved sources for subsequent procurements.; 3.2 Design, Manufacture, and Performance - Except as modified herein, the FAIRING STRIP furnished under this contract/purchase order shall meet the design, manufacture, and performance requirements specified on drawing ;5808331; cage ;53711; . 3.3 Configuration Control - MIL-STD-973 entitled "Configuration Management", Paragraph 5.4.8, Configuration Control (Short Form Procedure), is hereby incorporated. The Contractor shall submit all Engineering Change Proposals in accordance with MIL-STD-973, Paragraph 5.4.8.2 and Appendix D. Requests for Deviations shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.3 and Appendix E. Requests for Waivers shall be processed in accordance with MIL-STD-973, Paragraph 5.4.8.4 and Appendix E. (Original and two copies shall be submitted to Contracting Officer, NAVICP-MECH, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.3.1 Configuration Control - When the Contractor has received authorization on a prior contract for the same NSN for the use of a drawing of a later revision status, that authorization is hereby extended to all succeeding contracts/purchase orders until another drawing revision is approved. The Contractor will notify the PCO of this occurrence in each instance, in the response to the solicitation. Such notification shall be in writing setting forth the contract under which the prior authorization was granted, the date of the granting of the authorization, and the name of the granting authority. Contractors shall also refer technical inquiries (other than those covered by MIL-STD-973) on company letterhead signed by a responsible company official, with copies distributed as stated below. The original and two copies of all Contractor generated correspondence regarding configuration shall be submitted to Contracting Officer, NAVICP-MECH, P.O. Box 2020, Mechanicsburg, PA 17055-0788. Contractors are cautioned that implementing engineering changes, waivers, deviations or technical inquiries into the contract/purchase order without approval of the Contracting Officer will be at the sole risk of the Contractor. 3.4 Mercury Free - The material supplied under this contract/purchase order is intended for use on submarines/surface ships and therefore shall contain no metallic mercury and shall be free from mercury contamination. Mercury contamination of the material will be cause for rejection. If the inclusion of metallic mercury is required as a functional part of the material furnished under this contract, the Contractor shall obtain written approval from the Procurement Contracting Officer before proceeding with manufacture. The contractor's request shall explain in detail the requirements for mercury, identify specifically the parts to contain mercury, and explain the method of protection against mercury escape. Such a request will be forwarded directly to the Procurement Contracting Officer with a copy to the applicable Government Inspector. Upon approval by the Contracting Officer, the vendor will provide a "Warning Plate" stating that metallic mercury is a functional part of the item and will include name and location of that part. The use of mercury, mercury compounds, or mercury-bearing instruments and/or equipment in a manner which might cause contamination in the manufacture, assembly, or test of material on this contract is prohibited. The most probable causes of contamination are direct-connected manometers, mercury vacuum pumps, mercury seals, or the handling of mercury in the immediate vicinity. Mercury switches, mercury in glass thermometers, standard cells and other items containing mercury may be used if they are located so as not to constitute a contamination hazard. If external contamination by metallic mercury occurs or is suspected, the following test may be used to determine whether contamination by metallic mercury exists or whether corrective cleaning measures have been effective. Enclose the equipment in a polyethylene bag or close-fitting airtight container for eight hours at room temperature (70 degrees F minimum).Sample the trapped air and if mercury vapor concentration is 0.01 mg/cu meter or more, the material is mercury contaminated insofar as the requirements of this contract are concerned. These requirements shall be included in any subcontract or purchase order hereunder and the Contractor shall insure SubContractor compliance with these requirements. Technical questions pertaining to these requirements shall be referred to the Procurement Contracting Officer via the cognizant Administrative Contracting Officer. For background, the following information is provided: Mercury is corrosive to gold, silver, nickel, stainless steels, aluminum and copper alloys. Stainless steels, nickel, and copper alloys are widely used in reactor plants and other submarine/surface ship systems. Accidental trapping of mercury in a component could cause serious damage to vital parts. Mercury is also toxic if inhaled, ingested, or absorbed through the skin. It is evident that grave consequences could result from small amounts of mercury vapor present in an unreplenished submarine/surface ship atmosphere. 3.5 ;Molds - The contractor is responsible for designing molds to produce the Fairing Strips as specified in paragraph 3.3, 6.3 and table II of 53711 Drawing 5808331. The Government reserves the right to examine mold drawings and molds to accept or reject plan tolerances.; 3.6 ;Material Safety Data Sheets (MSDS) - Material Safety Data Sheets shall be in accordance with paragraph 3.3.6 of 53711 Drawing 5808331 and the requirements of MIL-STD-313.; 3.7 ;Responsibility for Inspection - The contractor is responsible for the performance and certification of all inspection requirements as specified in paragraph 4.1 of 53711 Drawing 5808331 and this specification. Unless specified elsewhere in this specification.; NOTE - After receipt of contract and prior to production, (production will not be authorized until First Article Test has been approved) material which the supplier proposes to furnish shall be tested for conformity to the requirements of paragraph 4.2 and table I and II of 53711 Drawing 5808331. 3.8 ;Adhesion of Fairing Strips - "SHT" Epoxy Paint Hull Perservation DTNSRDC 2844- 1109 (NAVSEA drawing 53711,5808333) and Epoxy Adhesive DTNSRDC 2844-1102 (NAVSEA drawing 53711,5808332) will be the only paint and adhesive to be used for "SHT" material "Adhesion of Fairing Strips" testing.; 3.9 Marking - This item shall be physically identified in accordance with ;MIL-STD-129 and paragraph 5.2.3 of 53711 Drawing 5808331; . 3.10 ;Special Marking - Special Marking shall be in accordance with paragraph 5.2.3.1 and 6.5 of 53711 Drawing 5808331.; In addition, all outside containers are to be marked with black letters a minium of one (1) inch high in non-fading, water resistant ink, with the designation "SHT". 3.11 ;Production Lot Test/Quality Conformance Inspection Approval (Government Testing) - Productin Lot Test (PLT)/Quality Conformance Inspection (QCI) and approval is required.; Production Lot Test Quality/Conformance Inspection - If the Fairing Strips from a supplier have passed the First Article Inspection, the supplier may commence production. The production of Fairing Strips is subject to the requirements for Batch Acceptance and Lot Acceptance as required by paragraph 4.3 of 53711 Drawing 5808331. Material submitted for Production Lot Test/Quality Conformance Inspection shall be certified to have the same composition, construction and manufacturing process as the material supplied for First Article Test. 3.12 ;Sampling and Rating for Lot Acceptance - Sampling and Rating for Lot Acceptance shall be in accordance with the requirements of paragraph 4.3.2.3 and Table IV of 53711 Drawing 5808331. NOTE: LOT Acceptance Test shall be in accordancewith the requirements of paragraph 4.3.2.2. of 53711 Drawing 5808331. A LOT shall be as specified in paragraph 4.3.2.1 of 53711 Drawing 5808331.; 3.13 ;Cleaning Procedure - See section 6 (NOTES) of this specification for Cleaning Procedure.; 3.14 First Article Approval (Government Testing) - First Article Test (FAT) and approval is required. 3.15 Production Lot Approval (Government Testing) - Production Lot Test and approval is required. 3.16 Security Clearance Required - This contract/purchase order requires the Contractor to have a Government Security Clearance in accordance with the attached Contract Security Classification Specification (DD Form 254). 4. QUALITY ASSURANCE ANY REFERENCE TO FIRST ARTICLE TEST INFORMATION (GOVERNMENT - DESTRUCTIVE) IS HEREBY WAIVED FOR THIS ITEM ANY REFERENCE TO FIRST ARTICLE TEST INFORMATION (GOVERNMENT - NON-DESTRUCTIVE) IS HEREBY WAIVED FOR THIS ITEM 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 Inspection System Requirements - The supplier shall provide and maintain an inspection/quality system acceptable to the Government. The inspection system requirements for this contract/purchase order shall be in accordance with MIL-I-45208. Suppliers certified to perform under ISO 9001 or ISO 9002 are granted permission to utilize the one desired in lieu of MIL-I-45208. 4.3 Responsibility for Compliance - All items must meet all requirements of this contract/purchase order. The inspection set forth in this specification shall become a part of the Contractor's overall inspection system or quality program. The absence of any inspection requirements shall not relieve the Contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract/purchase order. Sampling in quality conformance does not authorize submission of known defective material, either indicated or actual, not does it commit the Government to acceptance of defective material. 4.4 Records of Inspection - (This requirement is not applicable to Government Purchase Orders) Records of all inspection work performed by the Contractor, as referenced elsewhere in this contract, shall be kept complete and available to the Government during the performance of the contract and for a period of four years after final delivery of supplies. 4.5 ;Material Safety Data Sheet (MSDS) - The Contractor Shall prepare and submit Material Safety Data Sheets in accordance with the Contract Data Requirements List (DD Form 1423).; 4.5.1 Units that undergo destructive testing are rendered unusable and shall not be considered in the quantity listed for the "SHIP TO" on the schedule page of this contract/purchase order. The number of units that will be destroyed under the destructive testing shall be inaddition to the quantity required on the schedule page. 4.6 ;Certification/Data Report (Samples for First Article Test) - The Contractor shall prepare and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 4.7 ;Contractor Test/Inspection - The Contractor shall inspect the Fairing Stripsin accordance with the requirements of paragraph 3.3.1, 3.3.2, 3.3.3, 3.3.4 and 3.3.5 of 53711 drawing 5808331. The Contractor shall comply with the requirements of paragraph 4.2.1.3 (Rubber Compound Test) and 4.3.1 (Batch Acceptance) of 53711 Drawing 5808331.; 4.8 ;Certification Data Report (Material for Production Lot Test/Quality Conformance Inspection) - The Contractor prepare and submit a report in accordance with the Contract Data Requirements (DD Form 1423).; 4.9 ;Changes to Drawing 5808331 - Drawing 5808331 shall be revised as stated below: (a) Sheet 9, paragraph 4.3.2.3 Sampling and Rating For Lot Acceptance. Random samples from each lot of Fairing Strips shall be selected and rated in accordance with MIL-STD-105 normal inspection level II single sampling plan (N-II-S). An acceptable quality level (AQL) of 1.5 for the major defects and 6.5 for the minor defects shall be used. The non-destructive and destructive sample size shall be determined by Table IV. Fairing Strips selected for destructive testing comming from those that have passed the non-destructive inspection. Defects are defined in paragraph 4.4. Table IV summerizes the information from MIL-STD-105 for inspection level N-II-S. Guidance for altering the Table IV schedule for either tightened or reduced inspection levels is detailed in MIL-STD-105. (b) Sheet 13, Notes: Table IV provides composit information from MIL-STD-105 when a normal inspection level of N-II-s is used to determine the (ACC-REJ) criteria for both the non-destructive and destructive inspection while using an acceptable quality level (AQL) of 1.5 for the major defects and 6.5 for the minor defects. The non-destructive and destructive sample sizes shall be determined by Table IV. Fairing Strips selected for destructive testing comming from those that have passed the non-destructive inspection. Guidance for altering the Table IV schedule for either tightened or reduced inspection levels is detailed in MIL-STD-105.; 4.10 ;Production Lot Test/Quality Conformance Inspection (Government) - The Contractor shall deliver test samples to the Government test facility for Production Lot Test/Quality Conformance Inspection in accordance with the requirements specified in paragraph 4.3 of 53711 drawing 5808331. The test/ inspections shall consist of the requirements of paragraph 4.3.2.2 of 53711 Drawing 5808331. NOTE - The Contractor shall comply with the requirements of paragraph 4.3.1 (Batch Acceptance) of 53711 Drawing 5808331.; Production Lot Test/Quality Conformance Inspection test samples shall be shipped to: COMMANDER NAVAL SURFACE WARFARE CENTER, CARDEROCK DIVISION 5001 SOUTH BROAD STREET ATTN CODE 617L, LISA WEISER 215-897-1612 PHILADEPHIA PA 19112 4.11 ;Responsibility for Inspection - The Contractor shall prepar and submit a report in accordance with the Contract Data Requirements List (DD Form 1423).; 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 ;Note: All Special Hull Treatment operations previously requiring 1,1,1-Trichloroethane shall use BUTYL ACETATE as a direct replacement. BUTYL ACETATE shall conform to the requirements of ASTM D 4615. ; SHT Tile Cleaning Procedure for the Tile and Fairing Strip Manufacturing Process MATERIAL REQUIREMENTS a.Butyl Acetate (ASTM D 4615) b.Clean, White Cotton Rags WARNING Consult the MSDS for Butyl Acetate prior to initiating the cleaning process to determine the proper PPE and environmental controls required by your site. Additionally, be sure that use of this solvent does not violate, state, or federal environmental regulations. NOTE This procedure shall be used before and after the etching process. Before etching, only the molded side shall be cleaned. After etching, both sides of the tile shall be cleaned with this procedure. PROCEDURE: 1. Place tile on a clean surface. 2. Scrub surface of the tile with a rag moistened with Butyl Acetate. NOTE Butyl Acetate shall be poured onto the rag to prevent contamination of the cleaning solvent-DO NOT DIP RAG INTO SOLVENT. Change rags frequently. 3. Repeat the cleaning of the tile surface 2 to 3 times as necessary to eliminate contamination on the tile. NOTE The white cotten rag will be blackened somewhat by the cleaning process. Continue the scrubbing the tile surface until the rag does not get any lighter with successive washes. 4. Allow the solvent to flash off (evapporate) for at least one half hour prior to stacking or packaging the tile. NOTE Do not recontaminate the tile after the cleaning by placing it in contact with unclean surfaces. 6.2 ;Initial (First Time) testing (First Article Test and Production Lot Test/ Quality Conformance Inspection) for each lot or sub lot shall be at the expense of the Government. Second time testing or retesting will be at the expense of the Contractor. ; 6.3 Information regarding abbreviations, symbols and codes appearing on DD Form 1423 - The following information is provided to assist in understanding the intent of the requirement to provide a deliverable item to the government. The explanation of abbreviation, symbols and codes found in a block follows the block number as they appear on the DD Form 1423. Block A: Is the actual contract line item no. Block B: Is the actual collective physical list of the deliverable item(s) which are part of the total requirement of the contract/purchase order. Block C: Is the category of data required, TDP is defined in MIL-T-31000. TM is defined in Part 1X, Section B of DODI 5000.2. NAVICP has reasoned that most DD Form 1423's included in our solicitations meet the requirement of TDP as NAVICP does not regularly purchase only Technical Manuals without purchasing hardware and related TDP software. Therefore, most NAVICP DD Form 1423 category code will be TDP. Block D: Is the name of the parent system, next higher assembly, or the item being purchased. Block E: Is the purchase request number, request for proposal number, invitation for bid number or another number for tracking and monitoring purposes. Block F: Is the successful offerors name and or cage code. Block G: Is the name of the individual and or the code/activity of the individual who prepared the DD Form 1423 and included the requirement in the Technical Data Package (TDP). Block H: Self explanatory. Block I: Is the name and signature of the individual who approved the content and the need for inclusion of the DD Form 1423 in the TDP. Block J: Self explanatory. Block 1: Is the Exhibit Line Item Number (ELIN). Block 2: Is the title of the data item cited in Block 4. Block 3: Is the subtitle of the data item cited in Block 4 and is used if the title requires clarification. Block 4: Is the actual Data Item Description (DID) number or the actual Technical Manual Contract Requirements Number. In the event the DD Form 1423 is requiring a technical manual the numbered TMCR will be an attachment to the contract/purchase order. Block 5: Is the section and paragraph area, where the requirement statement for the DD Form 1423 will be found. Block 6: Is the activity that will inform the contractor of approval, conditional approval or disapproval of the deliverable item. Block 7: Is a code which designates authority for inspection and acceptance of the deliverable item. The definition of the codes is as follows: DD Form 250 Code Inspection Acceptance SS (1) (2) DD (3) (4) SD (1) (4) DS (3) (5) LT (6) (7) NO (8) (8) XX (9) (9) (1) Inspection at source. (2) Acceptance at source. (3) No inspection performed at source. Final inspection performance at destination. (4) Acceptance at destination. (5) Acceptance at source. Acceptance based on written approval from the Contract Officer. (6) Letter of transmittal only. LT should not be used when inspection is required. The data is sent by the contractor directly to the personnel listed in Block 14 of the DD Form 1423. LT is used when the contracting agency does not desire to have a DD Form 250 for each and every piece of data developed by the contractor. The only other authorized use of LT is the special case where the contracting agency does not desire to have separate DD Forms 250 but desires to have a Government quality assurance representative perform inspection. The Government quality assurance representative shall be listed on the distribution in Block 14 and requested to provide comments via the quality assurance letter of inspection. Use of the symbol LT is not authorized for data comprising final delivery of Technical Data Package of for Technical Manuals. (LT may, however, be used for delivery of preliminary TDP's or TM's). (7) As specified in Block 8 of the DD Form 1423. (8) No inspection or acceptance required. No DD Form 250 or letter of transmittal required. Use of the symbol NO is not authorized for data comprising Technical Data Packages or for Technical Manuals. (9) Inspection and acceptance requirements specified elsewhere in the contract. Block 8: Is the approval code - Items of critical data requiring specific advanced written approval prior to distribution of the final data item will be identified by placing an "A" in this field. This data item requires submission of a preliminary draft prior to publication of a final document. When a preliminary draft is required, Block 16 of the DD Form 1423 will show length of time required for Government approval/disapproval and subsequent turn-around time for the contractor to resubmit the data after Government approval/disapproval has been issued. Block 16 will also indicate the extent of the approval requirements, e.g., approval of technical content and/or format. Block 9: Is the distribution statement code which explains how the Government can circulate the deliverable item. The definition of codes A, B, C, D, E, F or X is as follows: A. Distribution of the item is unrestricted. B. Distribution of the item is limited to agencies only. C. Distribution of the item is limited to contractors with a cage code and have a DD Form 2345 on file with the Defense Logistics Service Center (DLSC) Battle Creek, Mich. or Government activities. D. Distribution of the item is limited to DOD activities and DOD contractors only. E. Distribution of the item is limited to DOD components only. F. Distribution of the item is restricted from Foreign Nations and Forign Nationals. Block 10: Is the frequency which the deliverable item is expected to be delivered to the Government. The abbreviations and their meaning. ANNLY Annually ASGEN As generated ASREQ As required BI-MO Every two months BI-WE Every two weeks DAILY Daily DFDEL Deferred Delivery MTHLY Monthly ONE/R One time with revisions QRTLY Quarterly SEMIA Every six months WEKLY Weekly XTIME Number of times to be submitted (1time, 2times...9times) Use of these codes requires further explanation in Block 16 to provide the contractor with guidance necessary to accurately price the deliverable data item. Other abbreviations not appearing on the above list may on occasion be used in Block 10 of the DD Form 1423. When other abbreviations are used they will be fully explained in Block 16 of the DD Form 1423. Block 11: Is the last calendar date, expressed in year/month/day format, the deliverable item is to be received by the requiring office cited in Block 6 of the DD Form 1423 for an item with a Block 10 entry indication a single delivery. If the item is to be submitted multiple times, the number stated is the number of calendar days after the frequency cited in Block 10 the item is to be received by the requiring office cited in Block 6 of the DD Form 1423. On occasion the deliverable item will be required to be submitted prior to the end of the frequency cited in Block 6. In that event the requirement will be fully explained in Block 16 of the DD Form 1423. Block 12: Is the date of first submission of the deliverable item to the requiring office (Block 4) expressed in year/month/day format. The abbreviations and their meaning are as follows: ASGEN As generated ASREQ As required DAC Days after contract date DFDEL Deferred Delivery EOC End of contract EOM End of month EOQ End of quarter Specific instructions for these requirements will be provided in Block 16. If the deliverable item is constrained by a specific event or milestone the constraint will be fully explained in Block 16 of the DD Form 1423. "As generated", "As required", and "Deferred Delivery" will always be fully explained in Block 16. Block 13: Is the date of subsequent submission of the deliverable item, after the initial submission. Subsequent submission is only used to indicate the specific time period. The data is required when Block 10 of the DD Form 1423 indicates multiple delivery is required. This does not apply to resubmission of a deliverable item that has been reviewed by the requiring office and determined to be only conditionally acceptable or unacceptable. Block 14a: Will contain the activity name(s) where the deliverable item is to be sent. If the activity is other than DCMC or NSPCC the full name, address (including code) will be specified. That specific information will be located in Block 16 of the DD Form 1423. Block 14b: Is the number of copies of draft and or final copies to be submitted. When final "Repro" copies ar to be submitted Block 16 will clarify the type of Repro copies required. (e.g., vellum, negative, etc.) Block 15: Is the total of each type of copies to be submitted as required by Block 14. Block 16: Is the block used to provide additional or clarifying information Blocks 1 through 15. This block is also the only area used to tailor the document listed in Block 4. Only deletions to the minimum requirements stated in the document in Block 4 are allowed. Block 16 may also be used to specify the medium for delivery of the data. Block 17: Is th...
20--FAIRING STRIP
NSN 1H-2090-012244910-ST, TDP VER 023, QTY 3500 EA, DELIVERY FOB ORIGIN. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights, manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. Award will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based upon market research, the Government is not using the policies contained inFAR Part 12, Acquisition of Commercial Items, 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.
Commercial Solutions Opening (CSO) PEO-SDA
SAM.GOV Special Notice Commercial Solutions Opening (CSO) H9241525X0001 US Special Operations Command (USSOCOM) PEO SOF Digital Applications (SDA) SECTION 1 – INTRODUCTION 1.1 USSOCOM Special Operations Forces Acquisition, Technology, and Logistics (SOF AT&L) seeks to accelerate the application of commercially derived software innovation into deployable warfighting capabilities in support of Special Operations Forces (SOF). Early identification of warfighter needs and continuous engagement with users during software development and fielding will support increased lethality and efficiency. 1.2 In order to support rapid fielding of tailored software capabilities, SOF AT&L seeks to award FAR and non-FAR contracts and agreements to non-traditional and traditional defense contractors to carry out prototype projects for Program Executive Office SOF Digital Applications (PEO SDA) that are directly relevant to enhancing the effectiveness of software intensive programs, platforms, components, algorithms, and processes. As such, under the authority of 10 USC § 3458 and DoD Class Deviation 2022-O0007, USSOCOM SOF AT&L releases this Commercial Solutions Opening. This CSO may result in an Other Transaction Authority (OTA) or a FAR-based contract. 1.3 This Commercial Solutions Opening (CSO) will make awards to proposals for innovative, commercial technologies through multi-phased, competitive processes throughout 2024 and 2025. Awards may include prototypes as well as concept demonstrations, pilots, and agile software development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for defense application. Interested vendors should note that all of PEO SDA’s Programs of Record are being managed in accordance with DoDI 5000.87, the software acquisition pathway, for the timely acquisition of custom software capabilities developed for the DoD. Programs will require government and contractor software teams to use modern iterative software development methodologies (e.g., agile or lean), modern tools and techniques (e.g., development, security, and operations (DevSecOps)), and human-centered design processes to iteratively deliver software to meet the users’ priority needs. 1.3.1 Phase I: Solutions will be sought on a full-and-open basis under certain Technology Areas of Interest (AOI) relevant to SDA requirements. Initial submissions against 2024 and 2025 AOIs will be requested as Solution Briefs (SB). A team of Government personnel who are subject matter experts for the given AOI will evaluate each submission independently against standard criteria for advancement to Phase II. The Government may elect to proceed directly to Phase III after a successful Phase I evaluation. 1.3.2 Phase II: If a Phase II evaluation is necessary, the Government will host Phase II invitees so that each company has a standard amount of time to pitch / demonstrate its proposed solution to the Government evaluation panel and hold any discussions necessary for evaluation. Discussions may continue outside of the pitch / demonstration session. Participation in Phase II will be entirely at the company’s expense. Favorably evaluated pitches will receive a Request for Prototype Proposal (RPP) that marks the beginning of Phase III. Note, Phase II is optional for the CSO process, and may not always be conducted, or may not be required for every successful Phase I submission. 1.3.3 Phase III: The Government will only advance companies to Phase III if it intends to award a contract or agreement for the proposed solution. Companies will collaboratively build Statements of Work with the Government team and negotiate Contract/Agreement Terms and Conditions for award. 1.4 Technology Areas of Interest (AOI): Specific AOIs will be posted and advertised intermittently when the Government has particular interest in a further defined problem set for software-intensive capabilities. Technology AOIs will only be posted for a specified amount of time wherein submissions will be accepted. Additionally, specific AOIs will usually have funding set-aside and available to immediately make awards for favorably evaluated proposals determined to be in the best interest of the Government. Examples of future AOIs are as follows but not limited to: The development of Software Lifecycle Management tools, Software Process Improvement/Education, Automation Tooling for Data Ingestion/Tagging, and innovating novel approaches to Machine Learning (ML) Ops processing. 1.5 This notice fulfills synopsis requirements. Synopsis under FAR subpart 5.2 of the individual contract actions for AOIs under this CSO is not required. All Technology AOIs will be publicized at https://www.sofwerx.org. Announcements of individual contract actions for AOIs under this CSO made at the SOFWERX website are considered to satisfy reasonable efforts to obtain competition in accordance with 10 U.S.C. § 4021 and 4022 (b)(2). SECTION 2 – GUIDELINES FOR SOLUTION BRIEFS, PITCHES, AND PROPOSALS 2.1 The purpose of the Solution Brief is to identify innovative solutions and preclude effort on the part of the Company whose proposed work may not be of interest to the Government. Companies are encouraged to follow the instructions detailed below. The Government aims to provide an evaluation response NLT the specified evaluation completion date after the submission against specific AOIs. 2.2 Submissions will not be returned. The original of each submission received will be retained by USSOCOM and all other non-required copies destroyed. 2.3 Guidelines for Solution Brief Submissions: 2.3.1 It is generally desired that active Research and Development (R&D) and technology application is underway for potential solutions submitted under this CSO. Active R&D includes analytical studies and laboratory studies to physically validate the analytical predictions of separate elements of the technology, as well as software engineering and development. Technology application in this case refers to a variety of methods to validate dissimilar capabilities that may be modified to meet a need. 2.3.2 Costs of preparing and submitting solution briefs are at the Company’s expense. 2.3.3 Unnecessarily elaborate brochures or proposals are not desired. 2.3.4 An overview diagram(s) or figure(s) to depict the proposed solution is strongly encouraged. 2.3.5 Multiple solution briefs addressing different technology AOIs may be submitted by the same organization; however, each solution brief may only address one solution based on the specific AOI. 2.3.6 The period of performance for any solution brief or proposal submitted under this CSO should generally be no greater than 24 months. 2.3.7 Technical data with military application may require appropriate approval, authorization, or license for lawful exportation. 2.3.8 All solution briefs shall be unclassified. Solution briefs containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences on the cover page: “This solution brief includes data that shall not be disclosed outside the Government, except to contractor support services personnel for evaluation purposes, and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this submission. If, however, an agreement is awarded to this Company as a result of - or in connection with - the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets] and each restricted data sheet should be marked as follows: “Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.” 2.3.9 Foreign-Owned businesses may be a submitter alone or through some form of teaming arrangement with one or more United States-owned businesses. However, the ability to obtain an agreement based upon a submission may depend upon the ability of the Foreign Owned business to obtain necessary export clearances and approvals to obtain AOI information. 2.3.10 Questions regarding the objectives or preparation of the solution brief should be addressed to the POC provided in individual AOI instructions. 2.3.11 When a call for CSO Technology AOIs is publicized via SOFWERX, solutions must be submitted electronically per instructions in the announcement. 2.4 Solution Brief Preparation and Evaluation will generally follow the below guidelines. Any required deviations to the below guidelines will be provided in the specific AOI. Submitter’s solution brief should not exceed five (5) pages using twelve (12)-point font. Alternatively, solution briefs may take the form of slides, which should not exceed ten (10) slides. These limits are not requirements, but strong recommendations. 2.4.1 Solution Brief Content: • Title Page (does not count against page limit) - Company Name, Title, Date, Technical and Business Points of Contact, E-Mail Address, Phone, and Address. • Executive Summary (one page) - Provide an executive summary of the technology. • Overview Diagram or figure. • Technology Solution: Describe the unique aspects of your technology and the proposed work as it relates to the specific AOI. Identify whether the effort includes the pilot or demonstration of existing commercial technology (identified as commercially ready and viable technology), or the development of technology for potential commercial or defense application. If development or adaptation is proposed, identify a suggested path to mature the technology to meet the stated need. • Company Viability: Provide a brief overview of the company including summary of current fundraising to date or a summary of the top line (gross sales/revenues). Provide a summary of product commercialization and go-to-market strategy. 2.4.2 Solution Brief Basis of Evaluation: Individual solution briefs will be evaluated without regard to other submissions received under this announcement against the following criteria: • Technical Merit – feasibility and relevancy of the proposed solution to address the challenges in the AOI. • Innovation – degree to which the government finds the Company’s approach to be compelling and/or the underlying technology to be unique, underutilized and/or unconventional application of interest to Special Operations. • Additional technical criteria specific to be a particular project may be used. In these instances, the criteria will be posted with the AOI announcement on the SOFWERX website. The Government may also use external market research in the evaluation. 2.4.3 After evaluation of a solution brief, the Government may elect to invite a Company to pitch and/or demonstrate their technology in person or request additional information from the Company. 2.5 Pitch and/or Demonstration Content: The pitch and/or demonstration should provide more details on the technical merit and business viability of the proposed solution submitted in the Solution Brief. Regardless of format, the pitch and/or demonstration must also address: • Technical merit, feasibility and relevancy of the proposal to address government needs in the AOI • Unique aspects of the solution that are under-utilized or innovative for SOF application • Operational impact stating intended SOF end users and how the solution may be assessed within the most operationally relevant environment possible • Rough Order of Magnitude (ROM) price and notional schedule including key technical goals and milestones for measuring success. • Impact of Data Rights and Intellectual Property Assertions. • Company viability The Government may request additional information outside of the pitch/demonstration. 2.6 Pitch and/or Demonstration Basis of Evaluation: Individual pitch and/or demonstration will be evaluated without regard to other presentations under this announcement on the following factors: • Technical Merit • Relevancy to the specific AOI • Business Viability • Innovation • Cost • Schedule • Data Rights/Intellectual Property 2.7 Solutions will be evaluated on their merit in addressing the AOI and the factors above. Submissions will be valid for 180 calendar days after the Phase II pitch. The Government aims to complete evaluations within 30 calendar days and notify the company that: 1) solution has been selected for possible award and invited to begin collaboration on a Performance Work Statement; 2) the solution is not of interest at this time; or 3) the solution is of interest, but not eligible to move forward due to availability of government resources. In that case, the company may be notified within 180 days if additional become available. All companies will receive Phase II notification, however, only favorably evaluated pitches / demonstrations will enter Phase III and receive a Request for Prototype Proposal (RPP) or Request for Proposal (RFP). 2.8 Proposal Preparation: RPPs or RFPs will include preparation instructions for Prototype Proposals. For proposed OTs, during this Phase companies will collaboratively develop a PWS with the Government teams for their specific projects and negotiate Terms and Conditions into their Agreements. SECTION 3 - AWARD 3.1 Only warranted Contracting Officers and Agreement Officers may obligate the Government and issues awards for Contracts or Other Transaction Agreements. 3.2 Awards made under this CSO will be either FAR-based Firm Fixed-Price contracts or OT Agreements under 10 U.S.C § 4022 for Prototypes Projects with potential follow-on non- competitive Production Agreements. Multiple awards may be made to pursue dissimilar solutions should they all meet the technical criteria and funds are available. 3.3 OT Agreements and FAR based contracts entered into using the authority at 10 U.S.C. § 3458 will be fixed-priced, including fixed-price incentive fee contract type. 3.4 In the event an OT Agreement is awarded under 10 U.S.C § 4022 for a Prototype Project, a follow-on production contract or agreement may be awarded to the Prototype Project recipient in a non-competitive manner upon completion of the prototype project. Completion of a prototype contract occurs when all successful completion criteria contain in the OT Agreement are met, as determined by the Agreements Officer. 3.5 To receive an award, companies must be a registered entity in the System for Award Management (SAM). This system verifies identity and ensures that payment is sent to the right party. The link can be found here: https://sam.gov/SAM/ 3.6 In general, to invoice and receive payment, Companies must register in Wide Area Workflow (WAWF). The Contracting Officer/Agreement Officer will provide WAWF assistance during Phase III. SECTION 4 – PROTOTYPE-to-PRODUCTION 4.1 Iterative Prototyping. Prototype OTAs awarded against this CSO will allow for an iterative prototyping process. The government and the company will work together to allow the adaptation and modification of the technology being prototyped to meet additional unique and discrete purposes and mission sets generated by the original SOF end user or other organizations with the Federal government. 4.2 Successful Completion. The prototype project is successfully complete when the Government determines that the company met all successful completion criteria contained in the prototype OT Agreement. 4.3 Option for Follow on Production. Upon successful completion of the prototype project, the government and the company may negotiate a follow-on production contract or agreement without further competition. Technical AOIs under this CSO and prototype OTA awards will include language providing for the potential award of a follow-on production contract or agreement as authorized under 10 USC § 4022(f). SECTION 5 - NON-GOVERNMENT ADVISORS Non-Government advisors may be used in the evaluation of solution briefs and proposals and will have signed Non-Disclosure Agreements (NDAs) with the Government. The Government understands that information provided in response to this CSO is presented in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted and as required by law. SECTION 6 - CONTACT INFORMATION Be advised, only a Contracting Officer/Agreement Officer has the authority to enter into a binding agreement on behalf of the Government and has exclusive authority to change the terms of a contract or agreement. Inquiries may be sent to the Contracting / Agreement Officer for this CSO announcement. SECTION 7 - DEFINITIONS Innovative: “Innovative” is defined as: (1) Any technology, process, or method, including research and development, that is new as of the date of submission of a proposal; or (2) Any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. Non-traditional Defense contractor (NDC): An entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by DoD for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to section 1502 of title 41 and the regulations implementing such section (see 10 U.S.C. 2302(9)). Other Transaction Agreement (OTA): Legally binding instruments not subject to the requirements of the Federal Acquisition Regulation (FAR) obligating the Government for a purpose IAW 10 USC § 4022. Procurement Contract. A contract awarded pursuant to the Federal Acquisition Regulation. Prototype Project: prototype project addresses a proof of concept, model, reverse engineering to address obsolescence, pilot, novel application of commercial technologies for defense purposes, agile development activity, creation, design, development, demonstration of technical or operational utility, or combinations of the foregoing. A process, including a business process, may be the subject of a prototype project. Although assistance terms are generally not appropriate in OT agreements, ancillary work efforts that are necessary for completion of the prototype project, such as test site training or limited logistics support, may be included in prototype projects. A prototype may be physical, virtual, or conceptual in nature. A prototype project may be fully funded by DoD, jointly funded by multiple federal agencies, cost-shared, funded in whole or part by third parties, or involve a mutual commitment of resources other than an exchange of funds.
Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
PROJECT DESCRIPTION: The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the Design-Bid-Build construction of maintenance requirements at the Fort Eustis Dredge Material Management Area, located at JBLE – Eustis with provisions to include: Regrading/raising the disposal site berms to an elevation of 36 ft. The berms are currently at elevation 34 ft and have settled in a few places to below 34 ft. The work will also include the relocation of two existing spill boxes 50 – 60 feet into the disposal site. The existing access dirt and stone access ramp will need to be regraded, as well, to meet the new top-of-berm elevation. Magnitude of Construction cost is between $5,000,000 - $10,000,000 THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package demonstrating ability to perform the requested services identified in this survey. Submittal should be no more than 3 pages in length, single-spaced, 12 point font minimum. RESPONSE REQUIREMENTS: 1. Offeror's name, addresses, points of contact, telephone numbers, CAGE code, UEI, and e-mail addresses. 2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service-Disabled Veteran Owned Small Businesses and Woman Owned Businesses. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 3. Offeror’s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Provide a narrative indicating the primary nature of your business. Narratives shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location. 5. Description of Experience – Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. Based on definitions above, for each project submitted include: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project c. Size of the project d. Dollar value of the project e. The portion and percentage of work that was self-performed DISCLAIMER: Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. RESPONSE: All responses to this announcement may be sent electronically to Damian C. Patterson at damian.c.patterson@usace.army.mil and copy to Michael.Hagerty@usace.army.mil All mailed (hard copy) responses will not be considered.
Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
PROJECT DESCRIPTION: The Norfolk District, Corps of Engineers is contemplating a firm-fixed-price contract for the Design-Bid-Build construction of maintenance requirements at the Fort Eustis Dredge Material Management Area, located at JBLE – Eustis with provisions to include: Regrading/raising the disposal site berms to an elevation of 36 ft. The berms are currently at elevation 34 ft and have settled in a few places to below 34 ft. The work will also include the relocation of two existing spill boxes 50 – 60 feet into the disposal site. The existing access dirt and stone access ramp will need to be regraded, as well, to meet the new top-of-berm elevation. Magnitude of Construction cost is between $5,000,000 - $10,000,000 THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package demonstrating ability to perform the requested services identified in this survey. Submittal should be no more than 3 pages in length, single-spaced, 12 point font minimum. RESPONSE REQUIREMENTS: 1. Offeror's name, addresses, points of contact, telephone numbers, CAGE code, UEI, and e-mail addresses. 2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service-Disabled Veteran Owned Small Businesses and Woman Owned Businesses. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 3. Offeror’s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Provide a narrative indicating the primary nature of your business. Narratives shall demonstrate experience in a similar type of work as described, at a similar contract value, and in a similar location. 5. Description of Experience – Provide two (2) to three (3) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. If a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. Based on definitions above, for each project submitted include: a. Current percentage of construction complete and the date when it was or will be completed. b. Scope of the project c. Size of the project d. Dollar value of the project e. The portion and percentage of work that was self-performed DISCLAIMER: Since this is a Sources Sought Announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE Norfolk District is not seeking or accepting unsolicited proposals and will not accept telephone inquiries. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. RESPONSE: All responses to this announcement may be sent electronically to Damian C. Patterson at damian.c.patterson@usace.army.mil and copy to Michael.Hagerty@usace.army.mil All mailed (hard copy) responses will not be considered.
V250 AND TMS KIT
The Prototype Integration Facility (PIF), Combat Capabilities Development Command (DEVCOM) Aviation and Missile Center, Redstone Arsenal, Alabama, has a requirement to procure a Torque Measurement System to interoperate with a Variable-Geometry, Radial Outflow Compressor (VAROC) Air Dynamometer 250 and T408 aircraft engine in support of Flexible Engine Diagnostics Systems (FEDS). Description of Required Supplies/Services: Description V250 / T408 Torque Measurement System Kit The contractor shall provide the following with the TMS Kits: TMS Module / Shaft to engine components: spline adapter and splined hub, if necessary. TMS Plumbing TMS Calibration Kit with weights Electronics: Signal processor, Rotastat Control and 90 ft. cable V250 Application Study for the T408 Aircraft Engine The contractor shall evaluate the V250 Dynamometer with respect to testing objectives and configuration needs for testing the GE T408 Turboshaft Engine. The contractor shall define the specific interphase requirements with consideration to test plans, including inertia requirements, speeds, and power. The following are deliverables as a result of this application study: Special Rotor consideration for inertia requirements Identifying the torque measurement equipment, including but not limited to torque meter, interconnect shafts, and electronics. Upon determining appropriate torque meter system, CN will update or generate new drawings and documents and enable life solutions.
FD2020-22-00344
4320011573939QX MOTOR-PUMP, HYDRAULIC 1 IMAGE
Sandia RD Janitorial
This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation 127EAV26Q0006 is issued as a request for quote (RFQ). This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE. Location of project: Cibola National Forest located in New Mexico has a requirement for Janitorial Services. The applicable NAICS is 561720 Janitorial Services, for which the small business size standard in millions of dollars is $22.0 (PSC: S201). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Regulation Circular 2025-05 dated 07 August 2025. The result of this requirement will be a Firm Fixed Priced (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide pricing in accordance with the Schedule of Items. Please include all applicable taxes in your quote. Contractor must be registered/active in SAM.gov on RFQ due date/time.
SPE4A725R0823-1680-016930490- Miscellaneous Aircraft Accessories and Components
NSN: 1680-016930490, PR: 7009235866, ITEM: MOTOR,SPECIAL, A; PART NUMBER: HD9801. THIS IS A DLA DIRECT PROCUREMENT FOR A QUANTITY OF 18 EACH AND CONTRACT TYPE SOUGHT IS FIRM FIXED PRICE. SOLICITATION WILL BE ISSUED AS OTHER THAN FULL AND OPEN COMPETITION NOT PREVIOUSLY ADDRESSED. DELIVERY OF THE PRODUCUTION UNITS WILL BE WITHIN 255 DAYS AFTER RECEIPT OF ORDER. FOB IS AT origin, INSPECTION AT Destination, AND ACCEPTANCE AT Destination. A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFP ON THE ISSUE DATE CITED IN THE SOLICITATION. FROM THE DIBBS HOMEPAGE, SELECT "REQUESTS FOR PROPOSAL (RFP) / INVITATION FOR BID (IFB)" FROM THE MENU UNDER THE TAB "SOLICITATIONS." THEN SEARCH FOR AND CHOOSE THE RFP YOU WISH TO DOWNLOAD. SOLICITATIONS ARE IN PORTABLE DOCUMENT FORMAT (PDF). TO DOWNLOAD AND VIEW THESE DOCUMENTS YOU WILL NEED THE LATEST VERSION OF ADOBE ACROBAT READER. THIS SOFTWARE IS AVAILABLE FREE AT HTTP://WWW.ADOBE.COM. A PAPER COPY OF THE SOLICITATION WILL NOT BE AVAILABLE TO REQUESTORS. THE SOLICITATION WILL BE ISSUED ON OR AROUND 12/02/2025.
DESIGN BUILD CONSTRUCTION SERVICES FOR PRE-FABRICATED CONTAINERS AT GUAYAQUIL PORT, ECUADOR
Please see attached Pre-Solicitation Notice and follow instructions provided in order to receive the solicitation once it is completed.
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