Federal Contract Opportunities
Showing 1,501-1,550 of 1,788 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is posted on September 26, 2023. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.
Biomedical Advanced Research and Development Authority (BARDA) Broad Agency Announcement (BAA)
We appreciate your interest in partnering with BARDA. The latest BARDA Broad Agency Announcement (BAA) is Amendment 6 posted on May 29, 2025. All contracting-related inquiries should be sent to BARDA-BAA@hhs.gov. The final proposal submission deadline is September 25, 2028, at 4:30 PM Eastern Time for open areas of interest.
CHEERS MAA Open Period 3 - All Technical Areas, 10 U.S.C 3458 - Commercial Solutions Opening (CSO)
Solicitation: FA238424S2336, "Open Period 3 - All Technical Areas" Solicitation Authority: 10 U.S.C. 3458 - Commercial Solutions Opening (CSO) Related Notice: Multiple Authority Announcement (MAA) FA238424S2233, "Continuing Human Enabling, Enhancing, Restoring and Sustaining (CHEERS)" List of Attachments: 1. "Open Period Solicitation 3" 2. "Attachment 1 - List of Provisions and Clauses"
UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
Amendment-Due to the Government shutdown, the due date for the submission of Whitepapers for Call 001-2026 is extended to December 12, 2025, 3:00 pm EST via email to Scott.E.Raber@faa.gov. Question and Answers will be posted following the end of the Government shutdown. Continue to monitor this posting for any updates. ______________________________________________________________ Call 001-2026 is issued for this BAA. Call 001-2026 attachment details instructions for submittal to the Call. Questions concerning the requirement and/or the submittal process can be emailed to the Contracting Officer Scott Raber at Scott.E.Raber@faa.gov. In an effort to streamline the questions and answer process, the FAA requests that potential Offerors review the BAA and Call in their entirety prior to submitting questions. Technical questions must be received no later than October 17, 2025, 3:00 pm EST and must be submitted via email to the Contracting Officer at Scott.E.Raber@faa.gov. Questions received after this time and date may not be considered. Questions and answers will be posted to SAM.gov. Whitepapers are due no later than November 14, 2025, 3:00 pm EST via email to Scott.E.Raber@faa.gov. All interested parties are advised to follow the www.Sam.gov webpage for all future updates, amendments, and Calls associated with this BAA. ______________________________________________________________ This announcement is released to inform all interested parties of Broad Agency Announcement (BAA), solicitation number 697DCK-25-R-00278. This BAA is sponsored by the Federal Aviation Administration (FAA), Unmanned Aircraft Systems Integration Office (AUS). This BAA will be open through September 30, 2028, unless terminated sooner. This BAA includes integration interests from the AUS, which is located in Washington D.C. In accordance with the instructions within the BAA, White papers may be submitted at any time during the life of this BAA, as well as in direct response to a specific BAA Call. Call 001 is forthcoming and interested parties should monitor this posting on Sam.gov for updates. Questions concerning the requirement and/or the submittal process can be emailed to the Contracting Officer Scott Raber at Scott.E.Raber@faa.gov. All interested parties are advised to follow the Sam.gov webpage for all future updates, amendments, and Calls associated with this BAA. If you're viewing this announcement from a source other than Sam.gov, visit Sam.gov to view the original announcement.
UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278 Call 001-2026
Call 001-2026 is issued for this BAA. Call 001-2026 attachment details instructions for submittal to the Call. Questions concerning the requirement and/or the submittal process can be emailed to the Contracting Officer Scott Raber at Scott.E.Raber@faa.gov. In an effort to streamline the questions and answer process, the FAA requests that potential Offerors review the BAA and Call in their entirety prior to submitting questions. Technical questions must be received no later than October 17, 2025, 3:00 pm EST and must be submitted via email to the Contracting Officer at Scott.E.Raber@faa.gov. Questions received after this time and date may not be considered. Questions and answers will be posted to SAM.gov. Whitepapers are due no later than November 14, 2025, 3:00 pm EST via email to Scott.E.Raber@faa.gov. All interested parties are advised to follow the www.Sam.gov webpage for all future updates, amendments, and Calls associated with this BAA. ______________________________________________________________ This announcement is released to inform all interested parties of Broad Agency Announcement (BAA), solicitation number 697DCK-25-R-00278. This BAA is sponsored by the Federal Aviation Administration (FAA), Unmanned Aircraft Systems Integration Office (AUS). This BAA will be open through September 30, 2028, unless terminated sooner. This BAA includes integration interests from the AUS, which is located in Washington D.C. In accordance with the instructions within the BAA, White papers may be submitted at any time during the life of this BAA, as well as in direct response to a specific BAA Call. Call 001 is forthcoming and interested parties should monitor this posting on Sam.gov for updates. Questions concerning the requirement and/or the submittal process can be emailed to the Contracting Officer Scott Raber at Scott.E.Raber@faa.gov. All interested parties are advised to follow the Sam.gov webpage for all future updates, amendments, and Calls associated with this BAA. If you're viewing this announcement from a source other than Sam.gov, visit Sam.gov to view the original announcement.
UAS BROAD AGENCY ANNOUNCEMENT Solicitation Number: 697DCK-25-R-00278
This announcement is released to inform all interested parties of Broad Agency Announcement (BAA), solicitation number 697DCK-25-R-00278. This BAA is sponsored by the Federal Aviation Administration (FAA), Unmanned Aircraft Systems Integration Office (AUS). This BAA will be open through September 30, 2028, unless terminated sooner. This BAA includes integration interests from the AUS, which is located in Washington D.C. In accordance with the instructions within the BAA, White papers may be submitted at any time during the life of this BAA, as well as in direct response to a specific BAA Call. Call 001 is forthcoming and interested parties should monitor this posting on Sam.gov for updates. Questions concerning the requirement and/or the submittal process can be emailed to the Contracting Officer Scott Raber at Scott.E.Raber@faa.gov. All interested parties are advised to follow the Sam.gov webpage for all future updates, amendments, and Calls associated with this BAA. If you're viewing this announcement from a source other than Sam.gov, visit Sam.gov to view the original announcement.
SKI ASSEMBLY, LANDING
AMENDED SOURCES SOUGHT - SOLICITATION NUMBER CHANGED THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. The proposed North American Industry Classification Systems (NAICS) Code is 336413 which has a corresponding Size Standard of 1250 employees. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition of a SKI ASSEMBLY, LANDING; NSN: 1630-00-912-3166, Part Number: 114SS662-11 in support of the CH-47 Turbine Engine (T55) weapon system. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(1) having only a limited number of responsible sources. The Government is interested in all businesses to include 8(a), small business and small disadvantaged business, Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. All contractors must meet prequalification requirements in order to be registered as a potential source. Firms that possess the ability and can produce the required item(s) described above are encouraged to identify themselves. Contractors are encouraged to seek source approval in order to compete for future solicitations by emailing inquiries to: usarmy.redstone.devcom-avm.mbx.amr-ss-sar@army.mil and select AMCOM Spare Parts Manufacturer or Distributor SAR. The contractor shall be capable of successfully performing and complying with any and all special requirements in accordance with the terms and conditions set forth in any future solicitation issued, at the unit prices established at the time of a contract award. The contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The contractor will also be responsible for all aspects of the manufacturing/production process, including but not limited to supply chain management, logistics, forecasting of parts, long-lead parts procurement, material forecasting, obsolescence issues and final delivery of assets as well as any and all additional costs incurred resulting from contract performance. DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
AFRL/RX Functional Materials Open BAA
Air Force Research Laboratory, Materials & Manufacturing Directorate is soliciting white papers and potentially technical and cost proposals under this announcement that support the needs of the Functional Materials and Applications mission. Functional Materials technologies range from materials and scientific discovery through technology development and transition are of interest. Descriptors of Materials and Manufacturing Directorate technology interests are presented in the context of functional materials core technical competencies and applications.
AFRL/RX Functional Materials Open BAA
Air Force Research Laboratory, Materials & Manufacturing Directorate is soliciting white papers and potentially technical and cost proposals under this announcement that support the needs of the Functional Materials and Applications mission. Functional Materials technologies range from materials and scientific discovery through technology development and transition are of interest. Descriptors of Materials and Manufacturing Directorate technology interests are presented in the context of functional materials core technical competencies and applications.
AFRL/RX Functional Materials Open BAA
Air Force Research Laboratory, Materials & Manufacturing Directorate is soliciting white papers and potentially technical and cost proposals under this announcement that support the needs of the Functional Materials and Applications mission. Functional Materials technologies range from materials and scientific discovery through technology development and transition are of interest. Descriptors of Materials and Manufacturing Directorate technology interests are presented in the context of functional materials core technical competencies and applications.
AFRL/RX Functional Materials Open BAA
Air Force Research Laboratory, Materials & Manufacturing Directorate is soliciting white papers and potentially technical and cost proposals under this announcement that support the needs of the Functional Materials and Applications mission. Functional Materials technologies range from materials and scientific discovery through technology development and transition are of interest. Descriptors of Materials and Manufacturing Directorate technology interests are presented in the context of functional materials core technical competencies and applications. Please see Amendments 1-3 for updates. Amendment 3 provides the most current updates.
FY26 Willapa Harbor Maintenance Dredging
PRE-SOLICITATION NOTICE This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing to the Point of Contact(s) indicated below. Construction Project: FY26 Willapa Harbor Maintenance Dredging Pre-solicitation Notice Number: W912DW26Z1ATA The magnitude of construction is estimated to be between $5,000,000 and $10,000,000. The resulting contract will be firm-fixed-price. FY26 Willapa Harbor Maintenance Dredging Project Details: USACE Seattle District has a need for a construction dredging, project entitled FY26 Willapa Harbor Maintenance Dredging, Willapa Harbor, WA at three federal navigation features in Willapa Bay, Washington: (1) the entrance to Tokeland Marina; (2) the entrance channel to Nahcotta; and (3) the Bay Center entrance channel and basin. The work is anticipated to begin in July 2026 and all in-water work must be completed by 15 Feb 2027. The project will require dredging via mechanical (clamshell) means to remove approximately 180,000 CY of accumulated sediment across the three project features. The minimum required dredging depth varies from -10 ft (Bay Center and Nahcotta) to -15 ft MLLW (Tokeland). In addition, dredging of approximately 10,000 CY may be required to a minimum depth of -9 ft MLLW in the Palix River thalweg to ensure sufficient water depths for the dredge, scow, and tugboats to transit to/from Bay Center and the disposal sites. This amount has the potential to change due to the dynamic nature of the Palix River at its confluence with Willapa Bay. Dredged material will be disposed via bottom-dump barge at the Cape Shoalwater and/or South Channel open-water disposal locations within Willapa Bay. The work window varies by project features, but ranges between 16 July through 15 Feb of any given calendar year for each specific project feature. The in-water work windows are as follows: • Tokeland Marina: 16 July 2026 through 15 February 2027 • Nahcotta: 16 July 2026 through 01 February 2027 • Bay Center and Palix River: 16 July 2026 through 30 September 2026 Access to/from Willapa Bay requires transit of the Willapa Bar, an unmaintained and unprotected entrance from the Pacific Ocean with dynamic shoals, strong tidal currents, and challenging weather conditions. Furthermore, marine transit within Willapa Bay between project features and dredged material disposal sites requires transit through similar unmaintained and often shallow water depths. Potential risk exists for vessel groundings or accidents. Aids-to-Navigation across the Willapa bar have been removed as they are no longer reliable due to dynamic shoaling conditions. In all locations, shoals are present and shift depending on environmental conditions including tides and storms. This performance window includes the worst season for storm and marine conditions. Contractors should expect difficult mobilization, demobilization, and construction conditions. See the forthcoming solicitation for details about bid submission and virtual bid opening. The NAICS code for this procurement is 237990, Dredging and Surface Cleanup, and the associated small business size standard is $37,000,000 in average annual receipts. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to www.beta.SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the ‘Add Me to Interested Vendors’ button in the listing for this solicitation on www.beta.SAM.gov. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.
BPA - Electrical and Electronic Components PSC 5999
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5999, NAICS 335999, MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Normary Camachocardo) – normary.camachocardo@navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Clothing, Special Purpose PSC 8415
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 8415, NAICS 315990, CLOTHING, SPECIAL PURPOSE BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code U001, NAICS 611710, LECTURES FOR TRAINING PSC/FSC Code U002, NAICS 611710, ERSONNEL TESTING PSC/FSC Code U004, NAICS 611710, SCIENTIFIC/MANAGEMENT PSC/FSC Code U005, NAICS 611710, TUITION/REG/MEMB FEES PSC/FSC Code U006, NAICS 611710, VOCATIONAL/TECHNICAL PSC/FSC Code U008, NAICS 611710, TRAINING/CURRICULUM DEVELOPMENT PSC/FSC Code U009, NAICS 611710, EDUCATION SERVICES PSC/FSC Code U012, NAICS 611710, INFORMATION TRAINING PSC/FSC Code U014, NAICS 611710, EDUCATION/TRAINING- SECURITY PSC/FSC Code U099, NAICS 611710, OTHER ED & TRNG SVCS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - GASES: COMPRESSED AND LIQUEFIED PSC 68--
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC CODE 6810, NAICS 325199, CHEMICALS PSC/FSC Code 6830, NAICS 325199, GASES: COMPRESSED AND LIQUEFIED We are looking for the following chemicals: Argon Nitrogen Helium Oxygen Air Nitrous Oxide (dip tube tanks) Methane Ethylene Ethane Hydrogen BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5510, NAICS 423310, LUMBER AND RELATED BASIC WOOD MATERIALS PSC/FSC Code 5520, NAICS 423310, MILLWORK PSC/FSC Code 5530, NAICS 423310, PLYWOOD AND VENEER BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - X-RAY FILM AND SUPPLIES PSC 6525
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6525, NAICS 325992, X-RAY EQ SUPPLIES Below is some of the items that we will be procuring: Radiographic Film Below is our current requirement but, however are requirement could change as needed:. Carestream T200 14x17 NIF (6549463) Carestream MX125 14x17 NIF (6549455) AGFA D5 14x17 NIF (LHVLU) AGFA D4 14x17 NIF (LHQ9N) Radiographic Processing Chemicals The below chemicals are utilized in the processing of X-ray film Agfa G135 Industrial X Ray Developer Replenisher Kit Agfa G335 Industrial X Ray Fixer Kit Agfa RP Developer Starter Clear Image Radiographic Cleaner BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached). X-ray film will have a separate attachment documenting requirements.
BPA - X-RAY FILM AND SUPPLIES
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6525, NAICS 325992, X-RAY EQ SUPPLIES Below is some of the items that we will be procuring: Radiographic Film Below is our current requirement but, however are requirement could change as needed:. Carestream T200 14x17 NIF (6549463) Carestream MX125 14x17 NIF (6549455) AGFA D5 14x17 NIF (LHVLU) AGFA D4 14x17 NIF (LHQ9N) Radiographic Processing Chemicals The below chemicals are utilized in the processing of X-ray film Agfa G135 Industrial X Ray Developer Replenisher Kit Agfa G335 Industrial X Ray Fixer Kit Agfa RP Developer Starter Clear Image Radiographic Cleaner BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached). X-ray film will have a separate attachment documenting requirements.
BPA - GASES: COMPRESSED AND LIQUEFIED PSC 6830
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6830, NAICS 325199, GASES: COMPRESSED AND LIQUEFIED We are looking for the following chemicals: Argon Nitrogen Helium Oxygen Air Nitrous Oxide (dip tube tanks) Methane Ethylene Ethane Hydrogen BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6640, NAICS 334516, LABORATORY EQUIPMENT AND SUPPLIES BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code U001, NAICS 611710, LECTURES FOR TRAINING PSC/FSC Code U002, NAICS 611710, ERSONNEL TESTING PSC/FSC Code U004, NAICS 611710, SCIENTIFIC/MANAGEMENT PSC/FSC Code U005, NAICS 611710, TUITION/REG/MEMB FEES PSC/FSC Code U006, NAICS 611710, VOCATIONAL/TECHNICAL PSC/FSC Code U008, NAICS 611710, TRAINING/CURRICULUM DEVELOPMENT PSC/FSC Code U009, NAICS 611710, EDUCATION SERVICES PSC/FSC Code U012, NAICS 611710, INFORMATION TRAINING PSC/FSC Code U014, NAICS 611710, EDUCATION/TRAINING- SECURITY PSC/FSC Code U099, NAICS 611710, OTHER ED & TRNG SVCS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Bolt, Nut, Screw, Rivet & Washer Manufacturing PSC 5305,5306,5307,5310,5315,5320,5325,5330,5331,5335,5340,5342,5345,5350,5355,5360,5365
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5305, NAICS 332722, SCREWS PSC/FSC Code 5306, NAICS 332722, BOLTS PSC/FSC Code 5307, NAICS 332722, STUDS PSC/FSC Code 5310, NAICS 332722, NUTS AND WASHERS PSC/FSC Code 5315, NAICS 332722, NAILS, MACHINE KEYS, AND PINS PSC/FSC Code 5320, NAICS 332722, RIVETS PSC/FSC Code 5325, NAICS 332722, FASTENING DEVICES PSC/FSC Code 5330, NAICS 332722, PACKING AND GASKET MATERIALS PSC/FSC Code 5331, NAICS 332722, O-RINGS PSC/FSC Code 5335, NAICS 332722, METAL SCREENING PSC/FSC Code 5340, NAICS 332722, HARDWARE PSC/FSC Code 5342, NAICS 332722, HARDWARE, WEAPON SYSTEM PSC/FSC Code 5345, NAICS 332722, DISKS AND STONES, ABRASIVE PSC/FSC Code 5350, NAICS 332722, ABRASIVE MATERIALS PSC/FSC Code 5355, NAICS 332722, KNOBS AND POINTERS PSC/FSC Code 5360, NAICS 332722, COIL, FLAT, LEAF, AND WIRE SPRINGS PSC/FSC Code 5365, NAICS 332722, BUSHING, RINGS, SHIMS AND SPACERS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Alarm, Signal and Security Detection Systems PSC 6350
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6350, NAICS 334290, MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Electrical and Electronic Components PSC 5999
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5999, NAICS 335999, MISCELLANEOUS ELECTRICAL AND ELECTRONIC COMPONENTS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Normary Camachocardo) – normary.camachocardo@navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK PSC R498
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code R498, NAICS 541199, SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - IT and Telecom PSC 7E20
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 7E20, NAICS 423430, IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Productivity Tool (HW/Perpetual SW) BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Normary Camachocardo) – normary.camachocardo@navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Clothing, Special Purpose PSC 8415
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 8415, NAICS 315990, CLOTHING, SPECIAL PURPOSE BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Boxes and Packaging PSC 8115, 8135
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 8115, NAICS 321920, BOXES, CARTONS, AND CRATES PSC/FSC Code 8135, NAICS 321920, PACKAGING & PACKING BULK MATERIALS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Normary Camacho Cardoza – normary.camachocardo@navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5510, NAICS 423310, LUMBER AND RELATED BASIC WOOD MATERIALS PSC/FSC Code 5520, NAICS 423310, MILLWORK PSC/FSC Code 5530, NAICS 423310, PLYWOOD AND VENEER BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Semiconductor & Related Device Manufacturing PSC 3670
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 334413, PSC/FSC Code 3670, SPECIALIZED SEMICONDUCTOR, MICROCIRCUIT, AND PRINTED CIRCUIT BOARD MANUFACTURING MACHINERY BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2028. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara - Barbara.j.grinder.civ@us.navy.mil Brandi – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS - normary.b.camachocardoza.civ@us.navy.mil **Attachments** X-Ray Film will have a separate attachment documenting requirements. All announcements should include 3 Past Performance Reference (sheet attached).
BPA - Fire fighting Equipment PSC 4210
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 922160, PSC/FSC Code 4210, Fire Fighting Equipment BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Air Conditioning and Warm Air Heating PSC 4120, 4130
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 4120, NAICS 333415, AIR CONDITIONING EQUIPMENT PSC/FSC Code 4130, NAICS 333415, REFRIGERATION AND AIR CONDITIONING COMPONENTS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - HAND TOOLS PSC 5110, 5120, 5130
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5110, NAICS 332216, HAND TOOLS, EDGED, NONPOWERED PSC/FSC Code 5120, NAICS 332216, HAND TOOLS, NONEDGED, NONPOWERED PSC/FSC Code 5130, NAICS 332216, HAND TOOLS, POWER DRIVEN BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Pipe, Hose & Tubing PSC 4710, 4720, 4730
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 4710, NAICS 332510, PIPE, TUBE AND RIGID TUBING PSC/FSC Code 4720, NAICS 332510, HOSE AND FLEXIBLE TUBING PSC/FSC Code 4730, NAICS 332510, FITTINGS - HOSE PIPE & TUBE BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA HAND TOOLS
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5110, NAICS 332216, HAND TOOLS, EDGED, NONPOWERED PSC/FSC Code 5120, NAICS 332216, HAND TOOLS, NONEDGED, NONPOWERED PSC/FSC Code 5130, NAICS 332216, HAND TOOLS, POWER DRIVEN BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA HAND TOOLS
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5110, NAICS 332216, HAND TOOLS, EDGED, NONPOWERED PSC/FSC Code 5120, NAICS 332216, HAND TOOLS, NONEDGED, NONPOWERED PSC/FSC Code 5130, NAICS 332216, HAND TOOLS, POWER DRIVEN BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA Pipe, Hose & Tubing
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 4710, NAICS 332510, PIPE, TUBE AND RIGID TUBING PSC/FSC Code 4720, NAICS 332510, HOSE AND FLEXIBLE TUBING PSC/FSC Code 4730, NAICS 332510, FITTINGS - HOSE PIPE & TUBE BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA Air Conditioning and Warm Air Heating
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 4120, NAICS 333415, AIR CONDITIONING EQUIPMENT PSC/FSC Code 4130, NAICS 333415, REFRIGERATION AND AIR CONDITIONING COMPONENTS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA Fire fighting Equipment
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 922160, PSC/FSC Code 4210, Fire Fighting Equipment BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA Semiconductor & Related Device Manufacturing
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 334413, PSC/FSC Code 3670, SPECIALIZED SEMICONDUCTOR, MICROCIRCUIT, AND PRINTED CIRCUIT BOARD MANUFACTURING MACHINERY BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2028. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara - Barbara.j.grinder.civ@us.navy.mil Brandi – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS - normary.b.camachocardoza.civ@us.navy.mil **Attachments** X-Ray Film will have a separate attachment documenting requirements. All announcements should include 3 Past Performance Reference (sheet attached).
BPA - Pipe, Hose & Tubing PSC 4710, 4720, 4730
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 4710, NAICS 332510, PIPE, TUBE AND RIGID TUBING PSC/FSC Code 4720, NAICS 332510, HOSE AND FLEXIBLE TUBING PSC/FSC Code 4730, NAICS 332510, FITTINGS - HOSE PIPE & TUBE BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5510, NAICS 423310, LUMBER AND RELATED BASIC WOOD MATERIALS PSC/FSC Code 5520, NAICS 423310, MILLWORK PSC/FSC Code 5530, NAICS 423310, PLYWOOD AND VENEER BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Bolt, Nut, Screw, Rivet & Washer Manufacturing PSC 5305,5306,5307,5310,5315,5320,5325,5330,5331,5335,5340,5342,5345,5350,5355,5360,5365
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5305, NAICS 332722, SCREWS PSC/FSC Code 5306, NAICS 332722, BOLTS PSC/FSC Code 5307, NAICS 332722, STUDS PSC/FSC Code 5310, NAICS 332722, NUTS AND WASHERS PSC/FSC Code 5315, NAICS 332722, NAILS, MACHINE KEYS, AND PINS PSC/FSC Code 5320, NAICS 332722, RIVETS PSC/FSC Code 5325, NAICS 332722, FASTENING DEVICES PSC/FSC Code 5330, NAICS 332722, PACKING AND GASKET MATERIALS PSC/FSC Code 5331, NAICS 332722, O-RINGS PSC/FSC Code 5335, NAICS 332722, METAL SCREENING PSC/FSC Code 5340, NAICS 332722, HARDWARE PSC/FSC Code 5342, NAICS 332722, HARDWARE, WEAPON SYSTEM PSC/FSC Code 5345, NAICS 332722, DISKS AND STONES, ABRASIVE PSC/FSC Code 5350, NAICS 332722, ABRASIVE MATERIALS PSC/FSC Code 5355, NAICS 332722, KNOBS AND POINTERS PSC/FSC Code 5360, NAICS 332722, COIL, FLAT, LEAF, AND WIRE SPRINGS PSC/FSC Code 5365, NAICS 332722, BUSHING, RINGS, SHIMS AND SPACERS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK PSC R498
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code R498, NAICS 541199, SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Boxes and Packaging PSC 8115, 8135
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 8115, NAICS 321920, BOXES, CARTONS, AND CRATES PSC/FSC Code 8135, NAICS 321920, PACKAGING & PACKING BULK MATERIALS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Normary Camacho Cardoza – normary.camachocardo@navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - GASES: COMPRESSED AND LIQUEFIED PSC 68--
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC CODE 6810, NAICS 325199, CHEMICALS PSC/FSC Code 6830, NAICS 325199, GASES: COMPRESSED AND LIQUEFIED We are looking for the following chemicals: Argon Nitrogen Helium Oxygen Air Nitrous Oxide (dip tube tanks) Methane Ethylene Ethane Hydrogen BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6640, NAICS 334516, LABORATORY EQUIPMENT AND SUPPLIES BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Alarm, Signal and Security Detection Systems PSC 6350
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6350, NAICS 334290, MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).
BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099
Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code U001, NAICS 611710, LECTURES FOR TRAINING PSC/FSC Code U002, NAICS 611710, ERSONNEL TESTING PSC/FSC Code U004, NAICS 611710, SCIENTIFIC/MANAGEMENT PSC/FSC Code U005, NAICS 611710, TUITION/REG/MEMB FEES PSC/FSC Code U006, NAICS 611710, VOCATIONAL/TECHNICAL PSC/FSC Code U008, NAICS 611710, TRAINING/CURRICULUM DEVELOPMENT PSC/FSC Code U009, NAICS 611710, EDUCATION SERVICES PSC/FSC Code U012, NAICS 611710, INFORMATION TRAINING PSC/FSC Code U014, NAICS 611710, EDUCATION/TRAINING- SECURITY PSC/FSC Code U099, NAICS 611710, OTHER ED & TRNG SVCS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).